Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

58 -- SIMULSAT 7 METER ANTENNA

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
2165-0182-1646
 
Archive Date
9/3/2010
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
susan.madrid@dma.mil, jessie.feliciano@dma.mil
(susan.madrid@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
8/10/2010: QUANTITY FOR CLIN 0005 HAS INCREASED FROM 15 EACH TO 30 EACH. 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; a written solicitation will not be issued. The government anticipates awarding this on a sole source basis to Antenna Technology Communications, Inc. (ATCi), 450 N. McKemy Ave, Chandler AZ 85226, under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, 10 U.S.C. 2304(c)(1). The proposed procurement is to replace the American Forces Network (AFN)-Broadcast Center (BC) Engineering’s ATCi 7 meter Simulsat satellite antenna and Low Noise Block (LNB) assemblies. The antenna is located at 23755 Z Street, Riverside CA 92518. The ATCi 7 meter Simulsat antenna is the primary source for AFN-BC Operations Branch to acquire broadcast television command information, news and entertainment programming for distribution to the 900,000 Department of Defense personnel, stationed in 176 countries around the world. Sole Source Justification & Approval (J&A) is attached hereto. This announcement constitutes the only notice, a written solicitation will not be issued. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received by the closing date specified in this notice. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Solicitation/synopsis reference number 2165-0182-0646 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 dated 8 July 2010 and DFARS Change Notice 20100713. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334220; small business size standard is 750. This procurement is set aside 100% small business. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements for CLINs 0001-0007 as described below. (3) QUOTATIONS ARE DUE BY 2:00PM PACIFIC TIME ON 19 Aug 2010 IN ORDER TO BE CONSIDERED. Quotations may be emailed to susan.madrid@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (AUG 2009) with Alt 1 (APR 2002). This requirement can be met by current ORCA reps & certs. (5) Item description as follows (Brand Name Items): CLIN 0001: 1 KIT P/N: AS70TC NOUN: SIMULSAT 7 METER ANTENNA DESCRIPTION: Simulsat 7 Meter Antenna reflector replacement. Includes new reflector, feedbox, spar legs, side braces, mount elevation jack, columns and hardware kit. CLIN 0002: 1 EACH P/N: LKII7 NOUN: SIMULSAT LIGHTNING KIT CLIN 0003: 15 EACH P/N: 7DPC3A NOUN: SIMULSAT C-BAND DUAL POLARITY FEED ASSEMBLY CLIN 0004: 30 EACH P/N: 3220 NOUN: C-Band PLL LNB + /-10 KHz, 950 - 1750 MHz, 20 Degrees CLIN 0005: 30 EACH P/N: ZF100 NOUN: C-Band Microwave T.I. rader Filter (3-7 4.2 GHz) CLIN 0006: 1 JOB NOUN: SIMULSAT 7 REFLECTOR TAKEDOWN DESCRIPTION: Simulsat 7 Reflector takedown, Installation, Peaking and Training PN Install. The government will provide crane, welder, and man-lift. Reflector replacement will start no later than 15 Sep 10. The government shall provide 30 days advance notice for when the government requires the vendor to start the Simulsat replacement at replacement at AFN-BC, Riverside CA. CLIN 0007: 1 JOB NOUN: SHIPPING/HANDLING DESCRIPTION: Shipping and handling of parts and 7 Meter Simulsat at AFN-BC. FOB DESTINATION: DEFENSE MEDIA CENTER 23755 Z. STREET RIVERSIDE, CA 92518 The Government will issue an order to the responsible quoter submitting the lowest priced technically acceptable quotation with acceptable past performance. This order will include the following referenced clauses which may be accessed electronically at www.aquisition.gov/far: FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2010) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/2165-0182-1646/listing.html)
 
Place of Performance
Address: 23755 Z. STREET, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN02235960-W 20100812/100811000440-21c26918a63984b837b8ed4b18469bb0 (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.