Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

59 -- ACU-T Bundle

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC CONTRACTING OFFICE, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542
 
ZIP Code
28542
 
Solicitation Number
H9225710Q0017
 
Archive Date
8/10/2010
 
Point of Contact
shane d. oltman, Phone: 9104400774
 
E-Mail Address
shane.oltman@usmc.mil
(shane.oltman@usmc.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #H9225710Q0017 is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24, Effective 31 March 2008 & Class Deviation 2005-00001 and Current DFARS DCN 20100608 Edition. This acquisition is 100% set aside for small business. NAICS Codes - 443112/334220. Size standards are $9M and 750 employees. Request that all offerors quote utilizing General Services Administration (GSA) schedule if product is available. Evaluation will be based on the overall best value for the government based on the lowest price technically acceptable (LPTA). Evaluation factors are price, technical, delivery. FOB Destination. The ship to location is Camp Lejeune, NC 28542. Delivery is required within 30 days from date of award. THE BURDEN OF PROOF IS ON THE CONTRACTOR TO VERIFY RECEIPT OF THE QUOTE BY THE CONTRACTING OFFICE. Large businesses are encouraged to still submit their quotes in the case that no small business quotes are received, a determination to dissolve the small business set-aside will take effect. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This RFQ has seven (7) line items. Quotations are being solicited on a brand name OR EQUAL basis in accordance with FAR 52.211-6. Manufacturer of items is Raytheon. A Firm Fixed Price (FFP) type purchase order is anticipated. Item 0001 - 2 each, ACU-T Bundle Kit: Item number: 5030-210000 ACU-T Bundle kit: Chassis, HSP4, CPM4, 5 Modules, Case, Battery Manuals Accessory Kit. Item 0002 - 2 each, Cable: Item number: 5961-291340-15 ACU to Military AN/PSC-5D; 15ft Item 0003 - 2 each, Cable: Item number: 5961-291300 ACU to Motorola 280-I Cell Phone Item 0004 - 2 each, Extended warranty for (42) months, after the standard warranty for (18) months; for a total of (5) years warranty for ACU-T hardware on quote #22869B only. Item 0005 - 2 each, Cable: Item number: 5961-291130-15 ACU to Motorola MTS-1000/2000 HT-1000 XTS-3000 and 5000 Item 0006 - 3 each, DSP-2 Digital Signal Processor Module: Item number: 5961-818000 DSP-2 Modules are included in the ACU-T Bundle Kit. Item 0007 - 2 each, PSTN-2 Public SW/Telephone Interface Module: Item number: 5050-300000 PSTN-2 Modules are included in the ACU-T Bundle Kit. The Contracting Officer will evaluate EQUAL products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an EQUAL product, the quoter shall provide the brand name product referenced in the solicitation. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.arnet.gov/far/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. The following FAR Provisions and Clauses apply to this acquisition: 52.211-6, Brand Name or Equal 52.212-1, Instructions to OfferorsCommercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, and delivery.) 52.212-3, Contractor Representations and Certifications 52.225-13, Restrictions on Certain Foreign Purchases 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items The following DFARS Clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, (for paragraph (b), the following applies): 252.204-7004, Required Central Contractor Registration 252.225-7001, Buy American Act and Balance of Payments Program Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far/. All responsible sources may submit quote packages, including technical capability (brand equivalency if applicable), and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, NO LATER THAN 26 JULY 2010, 11:59 PM, EST. Point of contact for this acquisition is SSgt Oltman, S.D. (910) 440-0774. All questions regarding this synopsis/solicitation must be sent in writing to shane.oltman@usmc.mil. Quotes can be e-mailed (preferred) to shane.oltman@usmc.mil; faxed to (910) 440-1130, Attn: SSgt Oltman, S.D. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.arnet.gov/far/. Quotes are due no later than 11:59 PM, EST on Monday, 26 July 2010. Contracting Office Address: MARSOC Attn: G4, Contracting PSC Box 20116 Camp Lejeune, NC 28542-0116
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H9225710Q0017/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina, 28542-0116, United States
Zip Code: 28542-0116
 
Record
SN02211504-W 20100722/100720235121-d7a8bd10fa172452d83367c05808266a (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.