Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

58 -- Motorola Radios, antennas and repeaters

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T1098
 
Response Due
9/5/2003
 
Archive Date
10/5/2003
 
Point of Contact
ED BROWN 619-532-2574 ED BROWN
 
E-Mail Address
Email your questions to Contract Specialist
(glenn.e.brown@navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 . This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-1 098 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 3661, NAICs #334210 And the business size standard is 1,000 employees. The agency need is for a Motorola handheld radios and installation of two antennas and repeaters. See list of items below: Item #: 0001 - 2 each: DESIGN & INSTALL SHIP WIDE UHF FM ANTENNA SYSTEM, FOR USS BUNKER HILL. ANTENNA SYSTEM WILL PROVIDE SHIP WIDE REPEATER COVERAGE. VENDOR WILL DESIGN AND INSTALL ANTENNA SYSTEM PROVIDING EXCELLENT PORTABLE TO PORTABLE COVERAGE THROUGH-OUT SHIP, BOTH INDOOR AND OUTDOOR COVERAGE IS REQUIRED. 0002 - 60 each: MOTOROLA EX600 403-470 MHZ, UHF, 4W, 160 CH, PORTABLE PACKAGE. MODEL NO. AAH38RDH9DU6_N *160 CHANNEL *4 WATTS OUTPUT ADJUSTABLE POWER BUTTON SINGLE PRIORITY SCAN, 12.5/20/25 Khz SWITCHABLE CHANNEL SPACING, CHARGE RAPID SINGLE RATE, SINGLE OMIT CHARGER, CARRY HOLDER (HEAVY DUTY), BATTERY ?7.5 VOLT, ANTENNA STANDARD, QUICK CALL II ENCODE/DECODE. 0003 - 60 each: PROGRAMMING MAN DOWN FEATURE, P/N: PROGRAMMING. 0004 - 60 each: PROGRAMMING QUICK CALL II PAGING, P/N: PROGRAMMING 0005 - 60 each: PROGRAMMING PTT ID, P/N: PROGRAMMING. 0006 - 10 each: MOTOROLA 120 VOLT 6 UNIT RAPID RATE INTELL-CHARGER P/N: AAHTN3003. 0007 - 60 each: OTTO 1 WIRE SURVEILLANCE EARPHONE PACKAGE, COLOR: BLACK, (1-PIN THREADED VISAR/HT1000 PLUG) WITH, CLEAR TRANSPARENT ACOUSTIC TUBE WITH, RUBBER EARTIP, AND CLOTHING CLIP RADIO INTERFACE RADIO INTERFACE INDIRECT: HT1000 WITH BDN6676 AUDIO ADAPTER, RADIO INTERFACE DIRECT: VI SAR CABLE PULL TEST: 30 LBS. CABLE TYPE: STRAIGHT CORD SHIELDED, PVC MATERIAL CABLE LENGTH: 48" LONG 11 OZ. COLOR: BLACK RADIO PLUG: NON ANGLE (THREADED 3.5MM), STEREO, DOUBLE CENTER CONDUCTOR. P/N: V1-10174 BLACK 0008 - 60 each: MOTOROLA EX SERIES, AUDIO ADAPTER, (3.5MM THREADED JEDI). P/N: PMLN4455 0009 - 2 each: EMC, MILITARY GRADE, +90 DB ISOLATION PASS NOTCH, FILTER (19 INCH RACK MOUNTABLE). P/N: 65536-EMC510 0010 - 2 each: RG142JUMPERS SILVER WITH DOUBLE SHIELDING DUPLEXER, KITS, P/N: HFE8459. 0011 - 2each: AC POWER SENSE CABLE, NOTE: IN THE EVENT OF A POWER LOSS, THIS CABLE WILL ALLOW THE REPEATER TO POWER UP AUTOMATICALLY ONCE A/C IS RESTORED. P/N: HKKN4000 0012 - 2 each: ANTENNA CABLE P/N HKKN4002 0013 - 4 each: REPEATER/ISOLATION CABLES, (INCLUDES 6 CONNECTOR PINS, (5) 8" WIRES WITH PINS ATTACHED AND AN EXTRA HOUSING) P/N: HLN9457_R REPEATER ANTENNA EQUIPMENT (MILITARY GRADE) 0014 - 2 each: DECIBEL PRODUCTS HEAVY DUTY OUTDOOR FIXED STATION, ANTENNA. 450-470 MHZ TUNED TO EXACT FREQUENCY 4 BAY 9.5 FT 60 POUNDS SHIP WEIGHT OFFSET BASE STATION ANTENNA (TUNED TO CHANNEL) P/N: DB411 0015 - 2 each: HEAVY DUTY 4" STAND-OFF WALL MOUNT BACKET, FOR 1-14" MAST. P/N: ROHWM4X 0016 - 2 each: 1.25" TO 3.5" OD PIPE TO PIPE CLAMP SET, WITH WELDED CENTER. P/N: DBLD365-0S 0017 - 4 each: ADAPTER, N-FEMALE TO N-FEMALE UG298B/U, C/U, NICKEL BODY, GOLD PIN, TEFLON DIELECTRIC. P/N: R/FRFM1013-1 0018 - 4 each: N MALE CRIMP FOR 9913 LMR400 LINE, NICKEL BODY, GOLD PIN, TEFLON DIELECTRIC. P/N: R/FRFN1006-31 0019 - 2 each: LMR400 LINE 3/8" BRAIDED FLEXIBLE FOAM LINE JUMPER, DIELECTRIC 50 OHM COAX TRANSMISISION CABLE. QTY 2 ANTENNA RUNS P/N: TIMLMR400 0020 - 1 each: COMTECO ANTENNA SPLITTER (2 WAY), P/N: RSC SPCL 0021 - 3 each: CABLEWAVE 1/2 FOAM HELIAX 50 OHM COAX CABLE, (100 FT.) WITH CONNECTORS. 0022 - 2 each: REPEATER: KENWOOD "CONTINUOUS TRANSMIT DUTY 100% AT 25 WATTS" REPEATER (OR EQUAL). REPEATER MINIMUM REQUIREMENTS 1 THRU 7 1. TRANSMIT DUTY CYCLE 100% AT 25 WATTS. 2. TRANSMIT DUTY CYCLE 50% AT 40 WATTS. 3. 19" RACK MOUNT 4. ADJUSTABLE RF POWER OUTPUT (WITHOUT REDUCED SPECIFICATIONS) 5. COMMUNITY REPEATER OPERATION QTY 8 DPL TONES & 7 PL REQUIRED. 6. CONVENTIONAL OR TRUNKING CONTROLLER COMPATIBLE. 7. CW TRANSMITTER ID 450-470 MHZ. P/N: TKR-850K This requirement is for a firm fixed priced contract . Delivery: 120 Days ARO Delivery ? Price quote must include delivery to USS Bunkerhill, San Diego, CA. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Parag raph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-3 7, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is approximately equal to Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine wh ether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or ot herwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt paymen t, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, PRODUCT LITERATURE MUST BE INCLUDED. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 05 Sep 2003 . Offers will be accepted via fax (619-532-1088) or via e-mail (glenn.e.brown@navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. PAST PERFORMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-03-T-1098 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract c ost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. NOTE: OFFEROR?S TO COMPLETE THE ABOVE FORM FOR THREE SEPARAT E PRIOR CONTRACTS
 
Web Link
NECO HOME
(http://www.neco.navy.mil)
 
Record
SN00414126-W 20030829/030827214239 (fbodaily.com)
 
Source
FedBizOpps.gov 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.