Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

58 -- ASC Signal Corp. Repair Parts for Spira-Cone Compace Antennas - Brand Name Justification

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
W502036Y-A
 
Archive Date
5/17/2012
 
Point of Contact
Daniel J. Carroll, Phone: 5405422304, Sandra K. Bucher, Phone: (540) 542-2303
 
E-Mail Address
daniel.carroll@fema.dhs.gov, sandra.bucher@dhs.gov
(daniel.carroll@fema.dhs.gov, sandra.bucher@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification - One Manufacturer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. W502036Y-A issued as a Request for Quotation (RFQ), is for the purchase of spare parts to convert two recently purchased ASC Signal Corp. Model No. 3002A compact spira-cone antennas from 1kW to 5kW thereby increasing the range and efficiency of the system. The matching unit allows the operator to select the appropriate mode of operation for either short or medium to long range via a control unit and switch that was supplied with the original antennas. The matching unit material kit comprises resistors, used for impedance matching, rated for the increased power level of 5kW together with their associated mounting hardware. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-56, effective 04/2/12 & 2005-57 effective 03/15/12. This procurement is being solicited as a total small business set-aside. The NAICS and small business size standard for this project are: 334220/750. Only one award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition purchase order. Delivery shall be made to Mt. Weather, VA 20135-2006. SPECIFIC TASKS: The successful contractor shall provide pricing based on the following: 1. 2 EACH, ASC Signal Corp. Part# 10019242-01 Matching Unit Kit 2. 2 EACH, ASC Signal Corp. Part# 10917007-01, Matching Unit Material. Include with your quote your company DUNS number, TIN No, Payment Terms and destination pricing. For warranty purposes, the standard manufacturer's warranty must be provided to the Government. BASIS FOR AWARD: Source selection will be based on a lowest cost, technically acceptable determination. In order to be considered technically acceptable, the vendor must provide the brand name manufacturer's part and model numbers listed above. Offerors shall provide a detailed price quote to include the cost of the items listed. The price quote shall be broken down in order for the Government to perform a complete evaluation of the proposed price quote. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: Offerors must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov ) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 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," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6, Alt I "Restrictions on Subcontractor Sales to the Government," 52.219-6 "Notice of Total Small Business Set Aside," 52.219-8 "Utilization of Small Business Concerns," 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," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52-222-50 "Combating Trafficking in Persons," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. BRAND NAME JUSTIFICATION: The brand name justification is included as an attachment to this notice. The anticipated date of award is on/about 05/08/2012. The due date for receipt of responses to this RFQ will be 1:00 PM/EST, 05/02 /2012 to Daniel Carroll, Contracting Officer, at email address: daniel.carroll@fema.dhs.gov or fax number at 540-542-2632 or 2631. Mr. Carroll's telephone number is: 540-542-2304. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 2:00 PM/EST on 04/23/2012 and must be emailed or faxed to Mr. Carroll at the email address and fax numbers provided above. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/W502036Y-A/listing.html)
 
Place of Performance
Address: Federal Emergency Management Agency (FEMA), Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather,, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN02723906-W 20120419/120417235119-bb1682e2441cb1c2a35ee5852558bad9 (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.