Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

59 -- Portable Mast System

Notice Date
1/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3049
 
Response Due
2/1/2012
 
Archive Date
2/16/2012
 
Point of Contact
Nelson Uehara 808-473-7681 email: nelson.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Portable Mast System This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N0060412T3049. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20111220. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334220 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: brand is Blue Sky Mast see CLIN 0001 description below. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001- One (1) group of the following items below. JPAC requires a mast system with ready-made accessories to support current existing satellite systems (INMARSAT, Iridium, KVH-V7, Ku-band dome, VHF/FM Repeater and high frequency radio systems). The mast system must be compact in design and lightweight for installation by a single individual. The system will be required for mounting on hotel rooftops, hotel balconies, on waterborne barges and other locations. The mast must support heights up to 10 meters and support up to 100 lbs. The antenna poles must have 2 inch outside diameter and be made of aerospace aluminum alloy corrosion free materials; antenna system must be MIL SPEC tested (MIL-STD-810F) for wind-driven rain, humidity, icing and freezing, sand and dust. The system must have mechanical lift system and be able to withstand winds up to 90 mph. QuantityPart NumberDescription 15 eachBSM2-W-L210-AL2-000Mast 10 Meters (31.5 ft.) Contains removable lift kit, tripod with compass & level, base pole, center mast pole, 18 inch mounting pole with pin on threaded adapter, 10 meter primary guying, stake bag and wheeled carry bag. 15 eachBSM2-P-M510-PIN-000Top Adapter, Pin on Threaded Adapter for Mounting Pole. 15 eachBSM2-A-M420-MPA-000Adapter, Pin on Pipe mount, for 1 to 2 inch OD to the top of the mast. 15 eachBSM2-A-M408-MPP-000Plate, Cross Pattern aluminum 8 x 10 inch. 15 eachBSM2-K-A352-T06-100Pole Mount-Side Arm Kit, Dual No Side 6 inch. Contains universal mount, 2 universal articulating arm brackets, 2 - 6 inch slotted side arms, accessory bag (side arm mounts not included). 15 eachBSM2-K-A352-T12-100Pole Mount-Side Arm Kit, Dual No Side 12 inch. Contains universal mount, 2 universal articulating arm brackets, 2 - 12 inch slotted side arms, accessory bag (side arm mounts not included). 15 eachBSM2-P-A352-T00-000Universal Pole Mount, Dual Sided. 30 eachBSM2-P-A348-BRK-000Universal Plate Bracket 15 eachBSM2-P-A350-BRK-000Universal Articulating Arm Bracket for slotted side arms 15 eachBSM2-A-M305-NTO-EM0Side Arm Mount, NATO-SINCGARS-EPLRS. Aluminum NATO plate for use with antennas, standard NATO bolt pattern. 15 eachBST2-P-B205-GND-000Grounding, Bracket, has a grounding post with brass connector for generic cables and an additional post. 15 eachBST2-P-C225-GND-000Grounding, Cable with Stakes. 25 ft stainless cable with 5 galvanized steel stakes and bonding lugs on both ends. 15 eachBST2-B-P300-BAG-GNDBag, Grounding. Heavy duty, water resistant with handles. 15 eachBSM2-A-M100-RNG-CM0Secondary Guy Ring, Compression with free spinning ring for directional control. CLIN 0002 “ One (1) group, Shipping and Freight Charges to Hawaii 96853. Delivery is 60 days ARO; Delivery Location is JPAC 310 Worchester Ave Bldg 45 JBPHH, HI 96853-5530. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting th Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor “ Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ CCR; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If quoters do not have a current ORCA registration, they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 and its ALT A, Central Contractor Registration; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act & Balance of Payments; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions; SUP 5252.243-9400, Authorized Changes only by the Contracting Officer; This announcement will close at 10:00 a.m. Hawaii Standard Time on Wednesday, 01 February 2012. Contact Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes 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. Email quotes to nelson.uehara@navy.mil, reference solicitation N0060412T3049 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3049/listing.html)
 
Record
SN02659629-W 20120126/120124234016-1131ac519b25a7630e5ba064d3b4beb0 (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.