Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

58 -- High Frequency Digital Signal Processor Radios

Notice Date
9/13/2011
 
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-0010
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
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) 0913 (3) 11 (4) 33040 (5) 58 (6) Joint Interagency Task Force South (JIATFS), Regional Contracting Office (W912PX), P.O. Box 9051 Naval Air Station, Key West FL. 33040-9051 (7) High Frequency Digital Signal Processor Radios (8) W912PX-11-T-0010 (9) 091911 (10) Contact Contract Specialist (CS) SSG Jesse Keller at 305.293.5347, E-Mail jesse.keller@jiatfs.southcom.mil or the Contracting Officer (KO) Mr. Pete Hunter at 305.293.5846, E-Mail peter.hunter@jiatfs.southcom.mil (11) N/A (12) N/A (13) N/A (14) N/A (15) N/A (16) This combined synopsis/solicitation for commercial items is 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-0010. 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 and DFARS DPN 20110819. 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 the 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 Digital Signal Processor Radios; to include shipping to 33040, QTY; 13 EA 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) High Frequency Digital Signal Processor Radio (b) Equipment must be a highly sensitive commercial or military grade High Frequency (HF) Receiver (c) The equipment must have all mode capability, step tuning capability to 1Hertz and a search range including 5 to 15 Megahertz (d) The radios must be able to be computer controlled via a RS-232 connector and be compatible with Microsoft Spectrum Enterprise Version 9.141 operating on Windows 7 Professional (e) Equipment needs to have a Bayonet Neill-Concelman (BNC) antenna coaxial cable connector configured to accept 50 OHM coax cable (f) Equipment must have BNC connectors in order to be compatible with current cable configuration (g) Radios must be capable of programming at least 50 channels, and have auto search dwell capability to.1 second per channel (h) Equipment must be capable of Digital Signal Processing (DSP) to include pre-amp filtering capability, Fast/Med/Slow/Programmable Automatic Gain Control (AGC), and a noise blanker (i) 80 dB control range ahead of the A-to-D converters and an additional 40 dB in digital signal processors (j) Equipment stereo phone jack must be.25 inches to conform to current headsets The following physical characteristics requirements are identified for CLIN 0001 as the Government's minimum specifications: (1) Radio height should not exceed 6" (2) Radio width not to exceed 20" (3) Depth not to exceed 14" (4) Cable connectors rear panel: BNC female (5) Remote control (RS-232) DB25 female (6) Audio/Aux: 15 pin D connector, female (7) External speaker: 1/4" monaural phone jack (8) Ground 10-24 stud (9) Separate headphone and speaker gain controls The provision at 52.212-2, Evaluation- Commercial Items, will not be used in connection with this solicitation. 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; 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 Government wide 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 significantly 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 Contractor shall include a completed copy of the provision at 52.225-18, Place of Manufacture (SEPT 2006) with its quotation. The provision at 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification (SEPT 2010) applies to this solicitation. 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(Aug 2011), applies to this acquisition. Within that clause, the following additional clauses cited in FAR 52.212-5 apply to this acquisition: 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); 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2011); 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 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); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 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); AND 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 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 (AUG 2011), applies to this acquisition. Within that clause, the following additional clauses cited in DFARS 252.212-7001 apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252-223-7008, Prohibition of Hexavalent Chromium (MAY 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.232-7010, Levies on contract payments (DEC 2006) (26U.S.C 6331 (h); AND 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). The clause at DFARS 252.204-7008, Export-Controlled Items (APR 2010) applies to this acquisition. The clause at DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 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 90 days After Receipt of Order(ARO). The FOB point is the Truman Annex, Key West, FL, 33040. A more particular address 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 September 19, 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 Specialist and the Contracting Officer by electronic mail at jesse.keller@jiatfs.southcom.mil; Peter.Hunter@jiatfs.southcom.mil. A complete copy of any express warranties shall be included with the quotation. 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/fe6675245e9044807cafe4fce2e5f2e9)
 
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
SN02573242-W 20110915/110913235308-fe6675245e9044807cafe4fce2e5f2e9 (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.