Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

58 -- Radios

Notice Date
4/1/2011
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Myer DR, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
PR1048330
 
Response Due
4/5/2011
 
Archive Date
10/2/2011
 
Point of Contact
Name: Renee Hill, Title: Contract Specialist, Phone: 7038756747, Fax:
 
E-Mail Address
hillrm@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number PR1048330. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 240835. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-04-05 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, VHF Base station radios (Fixed). F-5021BF121)IC-Radio Base Station installed in SAM33171 F121 power supply enclosure.VHF 50W 128 channels w/8 bankspower supply, 6, EA; LI 002, VHF station radios (Boat Installation). Radio Base Station installed in SAM33171 F121 power supply enclosure.VHF 50W 128 channels w/8 banks power supply. F-5021IC-F121., 34, EA; LI 003, 97714774 F121 Service Manual., 1, EA; LI 004, CSF-100 F121/F221 Windows Programming Software, 1, EA; LI 005, OPC-1122U Programming Cloning Cable for PC to Radio with USB connector, 1, EA; LI 006, EXTWARR213 3 years extended warranty for a total of 5 years, 40, EA; LI 007, Portable radio VHF 5W 136-174 MHz, 12.5/25 kHz channel spacing, 16channels MDC1200 PTT ID and emergency. (includes radio, antenna, BP-265 Li-Ion battery, BC-193 rapid charger, belt clip and owners manual). IC-F3001 Sameas IC-F3003, 25, EA; LI 008, 97715519 Service Manual., 1, EA; LI 009, CS-F3001 Programming Windows software, 1, EA; LI 010, OPC-478UC Programming cloning cable (USB), 1, EA; LI 011, EXTWARR213 3 years extended warranty for a total of 5 years, 25, EA; LI 012, M802 01. SSB Transceiver (Marine) Rx.5-30Mhz TX150, 60, 20W, PEP, 1355 Chan., 18, EA; LI 013, HF Folded Dipole Antenna The Icom AH-710 preassembled multi-band,covers all the amateur bands from 1.9 to 30 MHz [VSWR < 2:1 1.9-18 MHz,VSWR < 2.5:1 18-30 MHz]. It is 80.3 feet (24 m) long and can handle up to150 watts.. The AH-710 can be installed as a Flat Top or an Inverted V. PN: AH-710, 16, EA; LI 014, Shakespeare VHF 8' 6DB Marine Band Antenna End-Fed Antenna - Whiteand Chrome Ferrule, lightweight, self-supporting. Shakespeare5206C, 38, EA; LI 015, Antenna Mounting kit for 5206-c marine antenna. Shakespeare4187-HD, 38, EA; LI 016, DB-224E Antenna 138-150Mhz, Lightweight, 4 bay exposed dipole. Fieldadjustable 6 dB omni or 9 dB offset pattern. 23.25Ft overall length. Canmount on side or top of tower. Tower Top Mount Hdw. Incl. Nmale, 8, EA; LI 017, DB224-A Antenna 150-160Mhz, Lightweight, 4 bay exposed dipole. Fieldadjustable 6 dB omni or 9 dB offset pattern. 23.25Ft overall length. Canmount on side or top of tower. Tower Top Mount Hdw. Incl, 8, EA; LI 018, Shakespeare SSB Whip antenna with conductors running full-length (noloading coil) 23Ft. 2-30Mhz, 1000W, 10.8Mhz BW. Includes Base 162"and Tip 112" Sections.ShakespeareStyle-390, 2, EA; LI 019, Antenna Mounting Kit Modelo 410R. ShakespeareStyle 410-R., 2, EA; LI 020, 9913-1000 RG8-Type Coax Cable 1000Ft roll (1420FT)., 2, EA; LI 021, UHF Male PL259-RG8 & Beldem 9913, Conector PL 259 -25 Pk., 2, EA; LI 022, RF Industries - N Male- Connector for 9913/9914/LMR400 cable. 10Pack, 2, EA; LI 023, RF Industries - N Female- Connector for 9913/9914/LMR400 cable.10Pack, 2, EA; LI 024, RF Connectors ADAPTER UHF UHF(F) MINI-UHF(M) 29-4140, 55, EA; LI 025, Motorola PRO5150 Two Way Radio Battery HNN9012 (7.5V 11Whr NiCD)1500 mAh. Bateria Para Radio PRO 5150, 42, EA; LI 026, PolyPhaser IS-50NX-C2 Coax Lightning Protect N/F-N/F Flange mounting, 6, EA; LI 027, Universal Weatherproofing Kits, 5, EA; LI 028, Gnd Wire #10 Cable 1580-0100 GREEN Stranded Insulated 100FT/roll, 4, EA; LI 029, Universal 2" x 10" x 1/4" solid copper ground bar. Includes 10 pairs of 7/16"pre-drilled universal lug holes., 6, EA; LI 030, Self-locking cable tie w/mounting hole for attaching with a screw., 3, EA; LI 031, Shipping if applicable, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Buy American Act (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. Buy American Act Certificate (June 2003)52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. The Contractor must consolidate the entire shipment to prevent loss and misdirection of the equipment. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. Please see attachment. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the lead or number one box/carton/package, or individually attached to the outside of each box/carton/package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/PR1048330/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02414910-W 20110403/110401234311-61c8ca33991e8508b58c1db169c1c58c (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.