Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

58 -- VHF Radio Equipment for Paraguay

Notice Date
3/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC-12-Q-0026
 
Archive Date
9/30/2012
 
Point of Contact
Chris R McDonald, Phone: 9546301193, Robert E. Lloyd, Phone: 954-630-1146
 
E-Mail Address
McDonaldcr@state.gov, lloydre@state.gov
(McDonaldcr@state.gov, lloydre@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. 1. DESCRIPTION 1.1. The U.S. Department of State, International Narcotics and Law Enforcement (INL), U.S. Embassy Asuncion, Paraguay, has a requirement for the purchase of radio equipment on a brand name or equal basis as described below, to be donated to the government of Paraguay (National Police) for INL program purposes. (Note: Paraguay National Police currently use Motorola VHF Mototrbo radios and repeaters). The NAICS code applicable to this acquisition is 334220. The small business size standard is 750 employees. 2. REQUIRED ITEMS: Antennas and Transmission Cables (Part Number for reference, followed by description and quantity): 1. RFS 340-2, or Equal, 162-174 6dB/9dB Dipole 4 bay exposed dipole. Field adjustable 6 dB Omni or 9 dB offset pattern. Internal wiring harness. Tower/mast top mounting clamps and hardware included; QTY=7 EA 2. DB5001-SP5 or Equal antenna 20"side-mount kit for mounting Andrew antennas B224. Includes 5 inch clamps, bracket, top sway brace, V-bolts, and mounting hardware; QTY=2 EA 3. Andrew LDF5-50A, or Equal, 7/8 inch standard coaxial cable with foam dielectric has a 10 inch bending radius. 250+140; QTY=390 FT 4. CommScope L5TNF-PS, or Equal, Captivated N/F connector for Andrew LDF5-50A 7/8 inch coaxial cable; QTY=5 EA 5. Belden 9913F7, or Equal, High-Flex cable; QTY=1000 FT 6. RF Ind.RFU-503, or Equal, UHF-Male Clamp/captivated Connector for 9913 Cable; QTY=14 EA 7. Amphenol 082-202-1006, or Equal, N-Male Clamp/solder Amphenol Connector for 9913 Cable; QTY=30 EA 8. PolyPhaser IS-50NX-C0, or Equal, coax Lightning Protect N/F-N/F Flange mounting; QTY=12 EA 9. Amphenol RF 82-209-1006, or Equal, Connector N/F for 9913 Cable; QTY=10 EA 10. RF Industries RFU-620, or Equal, N Female/ Mini-UHF Male Adapter; QTY=6 EA 11. Wireless Solutions WK-U, or Equal, Universal Weatherproofing Kits; QTY=6 KT 12. Ground Wire #10 Cable 1580-0100 GREEN, or Equal, Stranded Insulated 100FT/roll; QTY=6 RL 13. Wireless Solutions #: 6-19G, or Equal, Ground Wire, #6 AWG 19-Strand (green) For Repeater; QTY=500 FT 14. Wireless Solutions HLGB-0210-IS, or Equal, Universal 2" x 10" x 1/4" solid copper ground bar. Includes 10 pairs of 7/16" pre-drilled universal lug holes and insulated shelter mounting hardware; QTY=7 EA 15. Wireless Solutions AR-07-50-MH-0-C, or Equal, Self-locking cable tie w/mounting hole for attaching with a screw. 100PK; QTY=4 PK 16. T30LL9C2 HellermannTyton, or Equal - 11 1/4" X 3/16" tie, Nat, 100PK; QTY=4 17. ACT iCharge i80, or Equal, 6 unit (position) conditioner/ charger base only for NiCad, NiMH & Li-Ion batteries. Switchable to 220Vac 50Hz. 1+1+2(Nadu); QTY=5 EA 17.a. ACT iCHARGE, or Equal, Adapter Cup for Motorbo DGP4150 Impress or Non-Impres NiCad or NiMH batteries only; QTY=30 EA 17.b. iGUAGE LCD Display, or Equal, for 6 bay iCharge i80 conditioner/chargers; QTY=30 EA 18. Laird B1443S, or Equal, base-loaded 5/8 wave antenna with spring for Mot DGM6100 Mobile radios, 144-174 MHz. Heavy duty 3 dB gain. 49" whip. Use Motorola style mounts; QTY=6 EA 18.a. GB8U Laird Technologies Magnetic Mobile Mount, or equal, includes 12 feet of RG58/U cable and boot. Mini UHF M connector not included; QTY=3 EA 18.b. Laird Tech TM8. Mini-Trunk Lid Mounts, or equal, for cars. Includes 17 ft. RG58 Cable; QTY=3 EA 19. RFU-600-1, or Equal, Mini UHF Male Solder/Crimp Connector for RG58 cable. 25 per Pack; QTY=1 PK 20. RS20A-220BB ASTRON POWER SUPPLY, or Equal, for Mot DGM Control Stations. 220VAC 16 amps continuous, 20 amps ICS, 13.8 VDC +/-.05V output. (With Euro plug adapter) Includes battery backup option. (Backup Battery is NOT Included); QTY=5 EA Cellular Telephone Equipment for Voice and Data (Part Number for reference, followed by description and quantity): 21. 295-PW, or Equal, Digital Antenna INC. 9dB gain, Omni-Directional global cellular antenna, third generation (3G) and WCDMA technology. Cellular bands (850, 900, 1800, 1900 and 2100 MHz). Includes stainless steel L-bracket and U-bolts for mounting to a wall or pole. Bandwidth VSWR < 1.5:1 = 824-960 and 1710-2170 MHz, 135mph winds, 18" l x 1" OD. N/F connector; QTY=5 EA 22. RFN-1002-2L2.,or Equal, DA473 Connector for DA440 low-loss cable Clamp. N/M; QTY=20 EA 23. Times Microwave LMR600, or Equal, Cable Low-loss D440; QTY=500 FT 24. Times Microwave EZ-600-TM-RP, or Equal, Connector TNC/M cable end; QTY=6 EA 25. DSXL-BFN Polyphaser, or Equal, 7000-2.7Mhz N/F-NF both ends, flange bracket and mounting hardware included; QTY=4 EA 26. T7H23P-AA1E6E, or Equal, SX7T-605G GSM Telular Terminal, Quad band GSM/GPRS/EDGE 850/900/1800/1900, Tri-band UMTS/ HSDPA frequencies:850/1900/2100, RJ-11 interface with dial tone generation, Group 3 analog fax, Circuit switched data, 7 LEDs for signal strength, power, message alert and call status, Connects multiple devices, Access to the internet and e-mail. Ethernet and USB ports for simple connectivity EVDO Rev. A or HSDPA Packet Data (backward compatible) Voicemail, caller ID, call-waiting, and call-forwarding* Superior voice quality Automatic end-of-dialing (no SEND key) internal battery back-up, Web-based user interface. 220Vac-50Hz; QTY=4 EA Air Band Radios (Part Number for reference, followed by description and quantity): 27.Icom A200, or Equal, with PS-80 Power Supply / Includes A200 transceiver radio, power supply, mounting tray, mounting connectors and owner's manual. Power Supply must be 220Ac 50Hz; QTY=2 EA 27.a. ICOM MB53 MMB w/Mic & Harness-A200, or Equal; QTY=2 EA 28. Antenna (ATCfor A200 Transceiver), or Equal; QTY=2 EA Tower & Accessories (Part Number for reference, followed by description and quantity): 29. LPA-2005A, or Equal, Lighting Preventer system 2005A. Kit includes: 2012-SS Mast (12Ft), 22-C Base (#6 conductor), hardware for tower mounting and all materials for installation; QTY=2 EA 30. 4.618.G000.130 Complete Trylon 130' STG Tower Kit, or Equal, 110MPH EIA no ice, solid rod legs with welded `S-bracing', hot-dip galvanized. Kit comes with all the required components for installation, including 10' STG Sections, guy anchors and the appropriate length of guy wire. Listed wind loadings are ANSI/EIA Standard without ice with welded `S-bracing', hot-dip galvanized. Kit comes with all the required components for installation, including 10' STG Sections, guy anchors and the appropriate length of guy wire. Listed wind loadings are ANSI/EIA Standard without ice; QTY=1 EA 31. 4.600.1202.004 Trylon tower top 4" Lightning road, or Equal; QTY=1 EA 32. 4.600.1201.001 Trylon grounding Kit STG & 25T, or Equal; QTY=1 EA 33. 4.93.STGP.350 Trylon Single Beacon Light Kit with Photocell (non-alarmed, c/w red lights, cable, connectors, tie wraps, etc.), Or Equal; QTY=1 EA 34. 6-19G Wireless solutions #6 Stranded Ground Insulated Ground Wire (150FT X 1Towers), or Equal; QTY=150 FT 35. 301LD Harger Bronze Clamp for 5/8" Rod, or Equal; QTY=4 EA 36. 9504072, 15 Pocket DBI/SALA Ballistic Nylon tool bag. or Equal; QTY=2 EA 37. 5900891, Harness tool pouch with belt loops and clip 7 1/2" x 7 1/2" x 3", or Equal; QTY=2 EA 38. 62312, Eagle Light-weight tool belt for climbing towers, Shoulder pads, Adjustable back pads, Spring loaded chest buckles, pop-out lanyard clips, tongue buckle legs and chest strap restrictors. The bright red color makes it highly visible and easily seen by others. Constructed of Nylon and Polyester, or Equal; QTY=2 EA 39. AL322A, Adjustable Lanyard 2-6 Foot with 2 self locking hooks, or Equal; QTY=2 EA 40. CTK70SET, 70pc Pro Tool Set 1/4"& 3/8" SAE & Metric Sockets, or Equal; QTY=2 EA 41. R-EF2545 Rohn Products LLC-12' Erection Fixture to hoist and install tower sections or other equipment up the tower. Includes 12' gin pole and clamp for mounting pole to 1-1/4" tower leg, or Equal; QTY=1 EA Tactical Interconnect Unit (Part Number for reference, followed by description and quantity): 42. 5030-210000. Raytheon ACU-T Tactical Intelligent Interconnect System, radio gateway, or Equal. Six connections over three independent nets, Top cover display provides visual indication of current system interconnection status. ACU controller software, 220VAC/50Hz. ACU-T Bundle Kit composed of: Chassis, HSP4, CPM4, 5 Modules - TBD, Case Option, Battery Manuals & Accessory Kit, QTY=1 EA Includes: 42.a. 5961-818000. DSP-2 Digital Signal Processor Module, or Equal, Included in the ACU-T Bundle Kit; QTY=1 EA 42.b. 5050-300000. PSTN-2, or equal, Telephone Interface Module. Included in the ACU-T Bundle Kit Spares & Cables; QTY=1 EA 43. 5040-602400. ACU-T HSP-4A HANDSET SPKR MOD, or Equal, QTY=1 EA 44. 5961-291115-15. Interface Cable ACU UNTERMINATED; DB15; 15 FT, or Equal; QTY=2 EA 45. I5961-281330-15 Interface Cable; ACU to MOTOROLA DGM6100 MOB; 15 FT, or Equal; QTY=1 EA 46. 5961-281290-15 Interface Cable ACU-T to ICOM A200 AIRCRAFT RADIO, or Equal; QTY=1 EA 47. 5961-281327-15 Interface Cable; ACUT to MOTOROLA DGP4150 Portable; 15 FT, or Equal, QTY=1 EA Data Switch (Part Number for reference, followed by description and quantity): 48. WNDR3700. Or Equal. NETGEAR N600 Wireless Dual Band Gigabit Router, Five (5) (1 WAN, 4 LAN) Gigabit Ethernet ports. 12vdc operation, EUR 220Vac50Hz; QTY=1 EA 49. Car Power Adapter for WNDR3700; QTY=1 EA 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 30 calendar days after award of receipt of export license (whichever is greater). 3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: Just In Time Services, Inc. 11380 N.W. 34th Street Doral, FL 33178 Ph. 305-477-4140, Fax 305-477-4745. The items being acquired will be donated to the government of the ultimate destination Paraguay. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. 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. Include a copy of the packing list with original invoice to the Contracting Officer that will provide advance information for Customs clearance purposes. Partial shipments are not allowed. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. 3.2. MARKING REQUIREMENTS: American Embassy NAS Asuncion, Paraguay POC: Matthew Steele Purchase Order No. S-WHARC-12-M-XXXX (to be determined upon award) Asuncion, Paraguay. 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable quoter who submits a quotation that is responsive to the RFQ requirements. 4.2. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotation (RFQ). The quoter must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. Award will be on an all or none" basis. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges. 5.2. DELIVERY DATE: Proposed delivery date. 5.3. DESCRIPTION: Description/nomenclature of the item being quoted; product literature may be provided. Quotation must demonstrate compliance with all required features. Also include description of warranty terms. 5.4. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). 5.6. PAST PERFORMANCE: A list of contracts within the last two (2) years for the provision of comparable radios to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and limited to no more than five (5) references. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-12-Q-0026 is issued as an RFQ under subpart 12.6 and subpart13.1 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-55. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3, 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following FAR provision is included in full text: 52.211-6, Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer) 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 with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.214-34, Submission of Offers in the English Language DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate / Ombudsman (AUG 1999) (Deviation) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 652.232-70, Payment Schedule and Invoice Submission (Fixed-Price) (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 652.243-70, Notices (AUG 1999) 7. QUOTATIONS ARE DUE by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number S-WHARC-12-Q-0026. Quoters are requested to limit the number of files uploaded to no more than six (6). 8. AWARD TYPE: The Government intends to award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC-12-Q-0026/listing.html)
 
Record
SN02687962-W 20120304/120302234752-d39079409c3b8bfd5c9e18101b0c55bf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.