Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

58 -- Raytheon Radio Equipment

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0558
 
Response Due
9/15/2010
 
Archive Date
9/30/2010
 
Point of Contact
John gibbs 757-443-1408
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-10-T-0558. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed fully at these addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dfars/index.htm. The proposed contract action is for commercial supplies/services for which FISC Norfolk Contracting Department Norfolk Office intends to solicit and negotiate with only one source under the authority of FAR 13.501(a) (1) (ii). 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, all bids, proposals, or quotations received by closing date will be considered by the government. 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. Sole Source provider is Raytheon Company, 1010 Production Road, Fort Wayne, IN 46808-4106. Delivery will be 9 months ARO. FOB Point: Destination to zip code 23511. This supply/service action is for; 902655-803AN/PSC-5D MBMMR MANPACT QTY (5) 902840-891SOTM SYSTEM QTY (2) MRC-99-01IPAC POWER SUPPLY QTY(4) SFB3512T/VRC MULTIBAND WHIP ANTENNA QTY (4) 4257 BRACKETLOS ANTENNA MOUNTING BRACKET QTY (4) 423230-808COAX 100 ¯ FEET BELDON 9913 QTY (3) 423430-812COAX 200 ¯ FEET BELDON 9913 QTY (2) Help Desk, Support for radios for one year (12 Months) Turn In onsite hot spare support for one year (12 Months) The required equipment is manufactured only by Raytheon Company. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.209-5 Certification Regarding Responsibility Matters; 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), The following clauses apply and are incorporated by reference: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.203-6 Alt I Restriction on subcontractor Sales 52.204-10 Reporting Executive Compensation and First-Tier Subcontracting Awards; 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 F.O.B. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership 252-209-7004 Subcontracting w/ Firms 252-211-7003 Item Identification & Valuation 252.212-7000 Offeror Reps and Certs 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference for Certain Commodities 252.243-7002 REAs 252.247-7023 Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) The following clause is incorporated by full text; 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Carissa Holland 1968 Gilbert Street Norfolk, VA 23511 757-443-1338 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company ™s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by September 15, 2010 at 5:00 PM EST. Offers can be emailed to john.c.gibbs@navy.mil, faxed to 757-44-1424, Attention: John C. Gibbs, Code 240C, reference RFQ N00189-10-T-0558 on your proposal. NAICS Code 334220, Size Standard 750 employees. The proposed contract is Sole Sourced to Raytheon Company.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0558/listing.html)
 
Record
SN02275448-W 20100911/100910000503-8c9aad53bcfa80f56d4e9d6a8299ec22 (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.