Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

58 -- Radio Equipment

Notice Date
4/15/2011
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Myer DR, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
PR886676
 
Response Due
4/20/2011
 
Archive Date
10/17/2011
 
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 PR886676. 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. 240860. 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 2011-04-20 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Doral, FL 33178 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, AAH25KDC9AA3NFG Motorola HT750 VHF portable analog radio 136-174Mhz, 4W, 16CH. Includes antenna, battery and belt-clip., 20, EA; LI 002, QA00061 WPLN4182AImpres Single Unit Charger, 110V, 10, EA; LI 003, STBAT0672Spare BATTERY NiMH 1500mahr, 20, EA; LI 004, RMN5055ARemote Speaker Microphone, 5, EA; LI 005, AARMN4022A2-Wire Surveillance Kit beige, earpiece has a combined microphone and Push-to-Talk, 10, EA; LI 006, WPLN4187AImpres Multi-Unit Charger, 110V, 2, EA; LI 007, AAM25KKD9AA2NFG Motorola CDM1250 VHF Mobile radio High Power 136-174 MHz, 25-40W, 64 Channels, 4 Customizable Function Buttons, Caller ID, Quik Call IITM and MDC 1200 Signaling, Selective Call, Includes: Compact Microphone, 3 Point Bracket, Power Cable, Replaceable Button Package and Operating Instruction Manual., 1, EA; LI 008, RLN5403ACDM Control Station converts CDM1250 mobile radio into a convenient base station. The radio mounts into the lightweight, portable chassis, containing a full range of front panel control buttons plus an internal microphone, speaker. A front connector allows for a range of external audio accessories, including a headset, desk microphone, tone or DC remote adapter and telephone interconnect in one convenient package., 1, EA; LI 009, HPN4001BPOWER SUPPLY FOR RLN5403A, 1, EA; LI 010, 3080137S02Cable, 1, EA; LI 011, AARMN4026Enhanced Keypath Microphone w/3 Customizable Buttons, 1, EA; LI 012, HLN9455A Battery revert. Automatically switch to/from battery-power on loss or return of mains power., 1, EA; LI 013, AAM25KKD9AA2NFG Motorola CDM1250 VHF Mobile radio High Power 136-174 MHz, 25-40W, 64 Channels, 4 Customizable Function Buttons, Caller ID, Quik Call IITM and MDC 1200 Signaling, Selective Call, Includes: Compact Microphone, 3 Point Bracket, Power Cable, Replaceable Button Package and Operating Instruction Manual., 1, EA; LI 014, ADD_BASE_ACC_KP2 ADDS BASE STATION ACCESSORIES WITH KEYPAD MICROPHONE. includes: *110VAC POWER SUPPLY HIGH POWER (HPN4007) W/ POWER CABLES US PLUG*DESKTOP TRAY WITH SPEAKER (GLN7326)* ENHANCED KEYPAD MICROPHONE (COMPACT) WITH HANG-UP CLIP (RMN4026)* 8" Antenna Cable Adapter UHF-F/Mini-U* ACCESSORY CONNECTOR HARDWARE KIT( TO BUILD A CABLE AND ATTACHED EXTERNAL ACCESSORIES LIKE TRANSCRYPT CONTROLLER, 1, EA; LI 015, HKLN4060CDR500 WALL MOUNT REPEATER HOUSING WITH BATTERY REVERT CAPABILITIES (Factory Tunned) On specified frequencies. Includes:, 1, EA; LI 016, AAM25KKD9AA2NFGMotorola CDM1250 VHF Mobile radio High Power 136-174 MHz, 25-40W, 64 Channels, 4 Customizable Function Buttons, Caller ID, Quik Call IITM and MDC 1200 Signaling, Selective Call, WITHOUT ACCESSORIES (RADIOS ONLY)- PROGRAMMED AND TUNED ON SPECIFIED FREQUENCIES, 2, EA; LI 017, HLN3948BASIC INTERFACE REPEATER CONTROLLER, 1, EA; LI 018, ADD EXTERNAL DUPLEXER 150-160MHZ ((Tx=171.490, Rx=173.500)) WITH MIN. 1.5MHZ TX TO RX SPACING (INCLUDES 2 X 3FT. JUMPERS AND MOUNTING BRACKET TO ATTACH THE EXTERNAL DUPLEXER TO THE TOP DOOR OF THE CDR500), 1, EA; LI 019, AARMN4026ENHANCED KEYPAD MICROPHONE, 1, EA; LI 020, 6864110R66CDR SERVICE MANUAL, 1, EA; LI 021, RLN4008ERIB, 1, EA; LI 022, 0180357A57RIB POWER SUPPLY, 1, EA; LI 023, HVN9016SOFTWARE FOR HT PRO SERIES, FEDERA, 1, EA; LI 024, AARKN4083MOBILE PROGRAMMING CABLE, 1, EA; LI 025, AARKN4074PORTABLE PROGRAMMING CABLE, 1, EA; LI 026, 3080369B71or 3080369B72RIB TO PC 9 pin CABLE, 1, EA; LI 027, DB224 164-174 Mhz Lightweight, 4 bay exposed dipole. Field adjustable 6 dB omni or 9 dB offset pattern. Can mount on side or top of tower. Connectors N/M., 2, EA; LI 028, Heliax Foam cable 1/2" Andrew (1radios x130ft), 260, EA; LI 029, Connector for LDF4-50A Heliax Cable 1/2" Foam- N Female Captivated Positive Stop, 2, EA; LI 030, Connector for LDF4-50A Heliax Cable 1/2" Foam- N Male Captivated Positive Stop, 2, EA; LI 031, PolyPhaser IS-50NX-C2 Coax Lightning Protect N/F-N/F Flange mounting, 2, EA; LI 032, Jumper 6Ft 1/4" Flex FSJ1-50A N/M-N/M, 2, EA; LI 033, RF Industries. N Female/ Mini-UHF MaleAdapter, 3, EA; LI 034, Universal Weatherproofing Kits, 1, EA; LI 035, Gnd Wire #10 Cable 1580-0100 GREEN Stranded Insulated 100FT/roll, 2, EA; LI 036, Universal 2" x 10" x 1/4" solid copper ground bar. Includes 10 pairs of 7/16" pre-drilled universal lug holes., 2, EA; LI 037, Self-locking cable tie w/mounting hole for attaching with a screw., 3, EA; LI 038, Antenna, "Ringo Ranger II" CRX150B, 150-174Mhz 6 dB gain, Field tuneable. Mounting support up to 1-1/4" dia. Stub tuned ground plane. UHF Female connector, 1, EA; LI 039, 9913 Belden High-Flex cable. 130Ft, 130, ft; LI 040, UHF-Male Clamp/captivated Connector for 9913 Cable, 2, ft; LI 041, N-Male Clamp/solder Amphenol Connector for 9913 Cable, 3, EA; LI 042, MO80-416-SPC-FSCRAMBLER, MO80-416SPC-F for HT750 Motorola radio, 20, EA; LI 043, MO80-FLEXFlex, Motorola Professional Series, 20, EA; LI 044, Install Level 1 Scrambler Installation into Motorola Series HT750 radios, 20, EA; LI 045, MO80-416-SMC-FSCRAMBLER, MO80-416-SMC-F for CDM1250 Motorola radio, 1, EA; LI 046, MO80-INST-MInstall Kit, Motorola Professional Series Mobile CDM1250, 1, EA; LI 047, Install Level 1 Scrambler Installation into Motorola Series CDM1250 radios, 1, EA; LI 048, TR30-3061Controller / Modem and Programer, 1, EA; LI 049, TR30-TECRadio System Management Software, 1, EA; LI 050, CH12-6022Motorola Modem Crypt Cable for CDM1250, 1, EA; LI 051, CH12-6020Motorola Modem Crypt Cable for HT750, 1, EA; LI 052, Motorola HT750 VHF portable analog radio 136-174Mhz, 4W, 16CH. Includesantenna, battery and belt-clip.AAH25KDC9AA3NFG., 63, EA; LI 053, Impres Single Unit Charger, 110V. QA00061 WPLN4182A, 30, EA; LI 054, STBAT0672 Spare BATTERY NiMH 1500mahr, 100, EA; LI 055, RMN5055A Remote Speaker Microphone, 30, EA; LI 056, Motorola CDM1250 VHF Mobile radio High Power 136-174 MHz, 25-40W, 64Channels, 4 Customizable Function Buttons, Caller ID, Quik Call IITM and MDC1200 Signaling, Selective Call, Includes: Compact Microphone, 3 Point Bracket,Power Cable, Replaceable Button Package and Operating Instruction Manual. AAM25KKD9AA2NFG, 1, EA; LI 057, CDM Control Station converts CDM1250 mobile radio into a convenient basestation. The radio mounts into the lightweight, portable chassis, containing a fullrange of front panel control buttons plus an internal microphone, speaker. Afront connector allows for a range of external audio accessories, including aheadset, desk microphone, tone or DC remote adapter and telephoneinterconnect in one convenient package. RLN5403A, 1, EA; LI 058, HPN4001B POWER SUPPLY FOR RLN5403A, 1, EA; LI 059, 3080137S02 Cable, 1, EA; LI 060, AARMN4026 Enhanced Keypath Microphone w/3 Customizable Buttons, 1, EA; LI 061, HLN9455A Battery revert. Automatically switch to/from battery-power on loss or return ofmains power., 1, EA; LI 062, HKLN4060 CDR500 WALL MOUNT REPEATER HOUSING WITH BATTERY AUTOREVERT/CHARGER CAPABILITIES (Factory Tunned) On specifiedfrequencies. Includes: AAM25KKD9AA2NFG Motorola CDM1250 VHF Mobile radio High Power 136-174 MHz, 25-40W, 64Channels, 4 Customizable Function Buttons, Caller ID, Quik Call IITM and MDC1200 Signaling, Selective Call, WITHOUT ACCESSORIES (RADIOS ONLY)-PROGRAMMED AND TUNED ON SPECIFIED FREQUENCIES (2), 2, EA; LI 063, HLN3948 BASIC INTERFACE REPEATER CONTROLLER, 1, EA; LI 064, ADD EXTERNAL DUPLEXER 150-160MHZ (Tx=????, Rx=????) WITH MIN.2.5MHZ TX TO RX SPACING (INCLUDES 2 X 3FT. JUMPERS ANDMOUNTING BRACKET TO ATTACH THE EXTERNAL DUPLEXER TO THETOP DOOR OF THE CDR500), 1, EA; LI 065, AARMN4026 ENHANCED KEYPAD MICROPHONE, 1, EA; LI 066, 6864110R66 CDR SERVICE MANUAL, 1, EA; LI 067, HVN9016 SOFTWARE FOR HT PRO SERIES, FEDERA, 1, EA; LI 068, AARKN4083 MOBILE PROGRAMMING CABLE, 1, EA; LI 069, DB224 164-174 Mhz Lightweight, 4 bay exposed dipole. Field adjustable 6 dBomni or 9 dB offset pattern. Can mount on side or top of tower. Connectors N/M., 2, EA; LI 070, Heliax Foam cable 1/2" Andrew (1radios x130ft), 260, EA; LI 071, Connector for LDF4-50A Heliax Cable 1/2" Foam- N Female Captivated PositiveStop, 2, EA; LI 072, Connector for LDF4-50A Heliax Cable 1/2" Foam- N Male Captivated PositiveStop, 2, EA; LI 073, PolyPhaser IS-50NX-C2 Coax Lightning Protect N/F-N/F Flange mounting, 2, EA; LI 074, Jumper 6Ft 1/4" Flex FSJ1-50A N/M-N/M, 2, EA; LI 075, RF Industries. N Female/ Mini-UHF MaleAdapter, 1, EA; LI 076, Universal Weatherproofing Kits, 1, EA; LI 077, Gnd Wire #10 Cable 1580-0100 GREEN Stranded Insulated 100FT/roll, 2, EA; LI 078, Universal 2" x 10" x 1/4" solid copper ground bar. Includes 10 pairs of 7/16" predrilleduniversal lug holes., 2, EA; LI 079, Self-locking cable tie w/mounting hole for attaching with a screw., 3, EA; LI 080, iCharge-165, Six-bay iCHARGE battery charger/conditioner with maintenancemode. For NiCd, NiMH and LiIO batteries., 6, EA; LI 081, iMOT-18-N-N. ACT iCHARGE Adapter Cup for Motorola HT750 NiCad orNiMH batteries, 24, EA; LI 082, iMOT-10 N-N. ACT iCHARGE Adapter Cup for MTS2000 NiCad or NiMHbatteries, 12, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/PR886676/listing.html)
 
Place of Performance
Address: Doral, FL 33178
Zip Code: 33178
 
Record
SN02426524-W 20110417/110415235155-8afbb607fa3b068ebdbcd0468d8ebb5a (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.