Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

59 -- EOD Head Sets

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
FA4819-10-T-0032
 
Archive Date
7/21/2010
 
Point of Contact
Art M. Aragon, Phone: 8502834237, Dennis A. M. Landry, Phone: 8502830061
 
E-Mail Address
Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil
(Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is FA4819-10-T-0032; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 334220. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5965. This request for quotation consists of the following items: CLIN 0001: (Qty 1388 Ea) EOD Radio Headsets, kit should include all of the following or Equal: -Silynx Communications : C4OPS Tactical Headset System, PN# SIN0003-01-AF Comprised of the following: • C4OPS Control Box- 3 Radio Lead Version/ Coyote Brown, P/N: IN0003-01 • C4OPS In Ear Headset Configuration with Quick Disconnect Male Connector, P/N: HS0001-00. • Dual Wireless PTT (DWPTT) System (including Picatinny Rail Adaptor, Hand Strap Adaptor, and Hand Strap), P/N: SPT0003-00-AA. • Ear Retainers - Straight, P/N: AC0009-00 • Ear Retainers - Bent, P/N: AC0009-01 • Ear Retainers - Shell (3 pair kit: S, M, L) P/N: AC0001-01 • Foam Ear Plugs (5 pair kit: S, M, L, XL, XXL) P/N: ERC0001 • C4OPS Pocket Guide - English, P/N: DOC-USM000010 • C4OPS Quick Reference Guide - English, P/N: DOC-USM000011 • C4OPS Interactive User Guide (CD) - English, P/N: DOC-USM000014 • C4OPS Carrying Case, size - Small, P/N: TX0001-01 -MBITR/JEM Side Connector Cable Adaptor (19.7 in.), P/N: CA0002-00 -Helicopter Intercom (Nexus single prong) Cable Adaptor, P/N: CA0006-00 -Vehicle Intercom System (VIS) 6ft. Cable Adaptor, P/N: CA0008-03 -Smart 152 Cable Adaptor (provides radio channel and volume control), P/N: CA0075-00 "Equal" items shall meet the following requirements: • Integrated tactical foam in-ear communication headset and hearing protection • In-ear microphone • Multiple retention options • Quick disconnect connectors • Full-spectrum active noise reduction • Offer voice operated control (VOX) • Covert and whisper communications functions • Capability to enhance hearing and localize sounds • Active automatic hearing protection • Impulse noise protection • Integrate into radio systems employed in the current theater of operations (vehicle, helicopter, AN/PRC-152, AN/PRC-148, and AN/PRC-148 V3/V4) • Weatherproof/submersible • Wireless and weapon mounted Push-To-Talk (PPT) operation with Picatinny Rail adaptor • Radio channel and volume controls • Carrying case If submitting an "Or Equal" item, offerors shall submit documentation demonstrating the "equal" meets all the above specifications and submit all applicable literature with the quote. All quotes must reflect FOB Destination. SUBJECT TO AVAILABILITY OF FUNDS Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. The Government reserves the right to cancel this solicitation in the event funding does not become available during the offer acceptance period. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability ( Items quoted shall meet or exceed specifications in CLIN descriptions above) 2. Price Technical evaluation factors when combined will be significantly more important than price. Headsets quoted shall meet all specifications listed on CLIN 0001. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52-203-6 Alt I - Restrictions On Subcontractor Sales To The Government 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.209-7 - Information Regarding Responsibility Matters 52.209-8 - Updates of Information Regarding Responsibility Matters 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors 52.212-3 - Offeror Representations and Certifications-Commercial Items (ALTI) 52.212-5 - Contract Terms And Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION) 52.212-4 - Contract Terms &Conditions-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Set-Aside (DEVIATION) 52.219-14 - Limitations On Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports On Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans 52.222-50 - Combating Trafficking in Persons 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-2 - Service of Protest 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated By Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 - Authorized Deviations In Provisions 52.252-6 - Authorized Deviations In Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.205-7000 - Provision Of Information To Cooperative Agreement Holders 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 - Offeror Representations And Certifications-Commercial Items 252.212-7001 - Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (DEVIATION) 252.225-7000 - Buy American Act-Balance of Payments Program Certificate 252.225-7001 - Buy American Act And Balance Of Payments Program 252.225-7002 - Qualifying Country Sources As Subcontractors 252.225-7012 - Preference For Certain Domestic Commodities 252.225-7021 - Trade Agreements 252.226-7001 - Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 - Technical Data--Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing Of Contract Modifications 252.243-7002 - Requests for Equitable Adjustment 252.247-7022 - Representation Of Extent Of Transportation Of Supplies By Sea 252.247-7023 - Transportation Of Supplies By Sea 5352.201-9101 - Ombudsman WAWF Information Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. For quotes that include "or equal" items, please provide applicable technical data. Quotes may be transmitted by e-mail or to fax number (850) 283-0061, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 12:00 p.m. CST on 6 July 2010. The point of contact for this solicitation is 1Lt. Art Aragon Contract Specialist, (850) 283-4237, arthur.aragon2@tyndall.af.mil. Alternate point of contact is SSgt Dennis Landry, Contract Specialist, (850) 283-0061, dennis.landry@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FA4819-10-T-0032/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02186395-W 20100625/100623235434-07383029ec253b5596148125c7ffe183 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.