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 - Brand Name Justification

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
SWHARC12Q0025
 
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
Brand Name Justification This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subparts 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. This synopsis/solicitation is issued as a Request for Quotations for radios to be used by the government of Paraguay pursuant to an agreement with the U.S. Department of State. 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 radios on a brand name basis as described below, to be donated to the government of Paraguay (National Police). All radio & repeater items must have Mototrbo standards and protocols ETSI-TS 102 361-1, 2 & 3 (unified system used by the National Police of Paraguay); and work with VHF frequencies. (Note: Paraguay National Police currently use Motorola Mototrbo repeaters models DGR6175, MTR3000) The NAICS code applicable to this acquisition is 334220. The small business size standard is 750 employees. 2. REQUIRED ITEMS: VHF Mobile Radios (Motorola Part Numbers for reference, followed by description and quantity): 1. LAM27JQH9JA1_N DGM6100, 136-174Mhz ENHANCED DISPLAY (25 - 45W) No GPS. Channel Space 12.5 Khz Dig, 12.5/25Khz Analog; 160 Channel, 4 Program. Buttons, Scanner, PTT-ID, Grp-Call, Emergency-Call, Text Messages; QTY=6 EA. With the items below: 1.a. RMN5065 Smart Keypad Microphone or equal; QTY=6 EA 1.b. RLN6076 Standard Mounting Bracket or equal; QTY=6 EA 1.c. Standard Power Cable or equal; QTY=6 EA (Antenna to be sold separately) Control Base Stations (Motorola Part Number for reference, followed by description and quantity): 2. LAM27JQH9JA1_N DGM6100 136-174Mhz ENHANCED DISPLAY (25 - 45W) No GPS. Channel Space 12.5 Khz Dig, 12.5/25Khz Analog; 160 Channel, 4 Program. Buttons, scanner, PTT- ID Grp Call, Emergency Call, Text Messages; QTY=5 EA, with items below: 2.a. RMN5065 Smart Keypad Microphone; QTY=5 EA 2.b. Standard Power Cable & Manual (INCLUDED); QTY=5 EA 2.c. Add Desktop Tray w/o Speaker instead of standard Mounting Br; QTY=5 EA ( Power Supply to be ordered separately) Repeaters (Motorola Part Number for reference, followed by description and quantity): 3.a. T3000 MTR 3000 Base/Repeater. 136-174MHZ, 100W (integrated) 12.5/25Khz Channel Space, Analog/Mtrbo operation, Rx sensor 0.3uv analog/digital Wireline Tone/DC control, IP site connectivity, AC/DC 220Vac/50Hz ; QTY=2 EA NOTE: Repeater and all repeater items below must be properly tuned, configured, and mounted in the cabinet as one complete functional repeater unit. 3.b. X330M ADD: VHF 100W POWER (136-174MHZ); QTY=2 3.c. X182VH ADD: DUPLEXER 158-174MHZ. Tx/Rx Sep 1.5Mhzmin-16Mhzmax CH1 (Tx=163.775, Rx=168.775), CH2 (Tx=163.575, Rx=168.575); QTY=2 EA 3.d. X153BA ADD: RACK MOUNT HARDWARE; QTY=2 EA 3.e. X676VH ADD: MTR3000 CIRCULATOR VHF (158-174 MHZ); QTY=2 EA 3.f. X189ADD: POWER CABLE, EUROPE; QTY=2 EA 3.g. X265VH ADD: PRESELECTOR, VHF (150-174 MHZ); QTY=2 EA 3.h. X216AR ADD: 4 WIRE WIRELINE; QTY=2 EA 3.i. 19" CABINET MOUNT KIT for MTR3000, including: - 19"X 46" CABINET & MOUNTING SCREWS; QTY=2 EA Programming Kits (description and quantity): 4. DMR MOBILE PROGRAMMING CABLE (For DGM and DR ); QTY=1 EA 5. DMR PORTABLE PROGRAMMING CABLE (FOR DGP); QTY=1 EA 6. MTR3000 PROGRAMMING CABLE; QTY=1 EA 7. MOTOTRBO CPS / TUNER (DOWNLOAD ACCESS); QTY=1 EA 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 30 calendar days after award or receipt of export license (whichever is later). 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 NW 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) 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 time, in compliance with paragraph 3.1 above. 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-0025 is issued as an RFQ under subpart 12.6 and subpart 13.1 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 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). 52.219-28, 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 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, 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-0025. 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/SWHARC12Q0025/listing.html)
 
Record
SN02687978-W 20120304/120302234804-f51053d3f9cf58b1f8cc339d17b586ff (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.