Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

59 -- Long Range Antenna System

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Key West Division (PARC Americas 410th CSB), P.O. Box 9051, Naval Air Station, Key West, FL 33040-9051
 
ZIP Code
33040-9051
 
Solicitation Number
W912PX-11-T-0007
 
Response Due
8/12/2011
 
Archive Date
10/11/2011
 
Point of Contact
Pete Hunter, (305) 293-5846
 
E-Mail Address
Key West Division (PARC Americas 410th CSB)
(peter.hunter@jiatfs.southcom.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; proposals are being requested and a written solicitation will not be issued. (1) P (2) 0712 (3) 11 (4) 33040-9051 (5) 59 (6) Joint Interagency Task Force South Regional Contracting Office (W912PX), PO BOX 9051, NAVAL AIR STATION, KEY WEST, FLORIDA 33040-9051 (7) Long Range Antenna System (8) W912PX-11-T-0007 (9) 08122011 (10) Contact Contract Specialist, SSG Jesse Keller, 305.437.5347 / Contracting Officer, Mr. Pete Hunter, 305.293.5846 (11) N/A (12) N/A (13) N/A (14) N/A (15) N/A (16) 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is W912PX-11-T-0007. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The proposed contract is 100% set aside for small business concerns. The associated NAICS code is 334220. The correlative small business size standard is 750 employees. The following is a list of contract line item numbers and items, quantities and units of measure. No option quantities, option periods, or options to extend services are included in this solicitation. CLIN 0001, High Frequency log periodic broadband omnidirectional antennas, 3 each. CLIN 0002, Antenna erection kit, 2 each. CLIN 0003, Lightning Rod kit, 3 each. Requirements documents have been prepared in accordance with the order of precedence from FAR 11.101. The following performance-oriented requirements are identified for CLIN 0001 as the Government's minimum specifications: a) Frequency Range: Must operate in the range from 3-30 MHZ. b) Long Range Capability: Must meet or exceed 1,500 miles. c) Multi-mode: Must be capable of accepting and operating with at least 3 transmitters at the same time. d) Input impedance: 50 Ohm. e) Power handling: 1KW. f) VSWR: 2.0:1. g) Directivity: Must meet or exceed 6 dbi. h) Cone angle: Less than 45 degrees. i) Height: Less than 49 feet (due to airfield height limitations). j) Width: Less than 62 feet diameter (due to land area limitation). k) Wind survival: Survives to 140 mile per hour sustained winds or more (due to climate). l) Elevation Pattern: Variable. m) Environmental Protection: Antenna elements must withstand corrosive atmosphere. n) Efficiency: Must meet or exceed 50% radiated power. o) Polarization: Horizontal. p) Language of installation instructions and plans: English. The following performance-oriented requirements are identified for CLIN 0002 as the Government's minimum specifications: Kit must include any unique tooling necessary for USG personnel to erect the antenna. The following performance-oriented requirements are identified for CLIN 0003 as the Government's minimum specifications: System must provide system-wide protection from lightning strikes. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, but is tailored by addendum as follows: The term "offer" is hereby replaced with the term "quotation." The term "offers" is hereby replaced with ther term "quotations." The term "Offeror" is replaced with the term "quoter." The term "Offerors" is replaced with the term "quoters." The provision at 52.212-2, Evaluation -- Commercial Items does not apply to this acquisition. In its stead, the following specific evaluation criteria shall be used: "The Government will award a purchase order resulting from this RFQ to the responsible quoter whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors, stated in descending order of relative importance, shall be used to evaluate quotations: (1) Price; (2)Technical capability of the quoted items to meet the Government performance requirement (as stated herein); and (3) Past Performance. Price will be evaluated as follows: The Government will evaluate price by adding the total prices for all items. Technical capability of the quoted items to meet the Government performance requirement will be evaluated as follows: The Government will scan information submitted by the quoter to determine if it meets the minimum performance requirements stated herein. Past performance will be evaluated as follows: The evaluation of past performance shall be confined to a review of information contained in the Governmentwide Past Performance Information Retrieval System (PPIRS). Quoters will receive a rating of Low Risk, Moderate Risk, High Risk or Unknown Risk. The Government will not award in response to a quotation that does not meet the Government's minimum performance requirements stated herein. The Government will not pay a premium for an item that exceeds the stated minimum performance requirements stated herein. Technical capability and past performance, when combined, are less important than price." Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quotation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The Government has not tailored FAR 52.212-4 by addendum. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Within that clause, the following additional clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items(JUN 2011), applies to this acquisition. Within that clause, the following additional clauses cited in DFARS 252.212-7001 apply to this acquisition: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. chapter 83, E.O. 10582); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a); 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). The provision at 252.212-7000, Offeror Representations and Certifications--Commercial Items applies to this acquisition. This acquisition will not result in a rated order, as that term is understood in the Defense Priorities and Allocations System (DPAS). Free on Board(FOB) Destination. All items must be delivered 30 days After Receipt of Order(ARO). The FOB point is the Truman Annex, Key West, FL, 33040. A more particular address in that zip code will be provided at the time of order. Inspection and acceptance will occur at the FOB point within seven days after receipt of all items. Quotations are due by August 12, 2011 at 4:30 EDT. This response date has been established to afford potential quoters a reasonable opportunity to respond to the proposed acquisition. Quotations shall be submitted to the Contracting Officer by electronic mail at Peter.Hunter@jiatfs.southcom.mil. A complete copy of any express warranties shall be included with the quotation. In addition to the items required to be submitted in accordance with FAR 52.212-1, quoters are required to submit concrete specifications for the post and Antenna base. This acquisition is not covered by World Trade Agreement Government Procurement Agreement Act or a Free Trade Agreement because this acquisition is 100% set-aside for small business. (See FAR 25.401(a)(1)) The rule at FAR 5.203(h) does not apply to this acquisition. (17) Delivery to: 33040 (18) The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c68560a9981a213b175da7ea499fb2a9)
 
Place of Performance
Address: Key West Division (PARC Americas 410th CSB) P.O. Box 9051, Naval Air Station Key West FL
Zip Code: 33040-9051
 
Record
SN02495950-W 20110714/110712234826-c68560a9981a213b175da7ea499fb2a9 (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.