SOLICITATION NOTICE
58 -- NERA communications class II Saturn FFP, BM Inmarsat
- Notice Date
- 1/20/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Military Sealift Command, Military Sealift Command Pacific, 140 Sylvester Road Naval Base Base Point Loma- Bldg 139 3rd Floor, San Diego, CA, 92106-3521
- ZIP Code
- 92106-3521
- Solicitation Number
- N62383-04-0153
- Response Due
- 2/6/2004
- Archive Date
- 2/21/2004
- Point of Contact
- Loida Toledo, Contract Specialist, Phone 619-553-0285, Fax 619-553-7695,
- E-Mail Address
-
loida.toledo@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This notice of intent is a request for a competitive proposal. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number : N62383-04-T-00153 is used for reference purposes only. The Military Sealift Command, Pacific has a requirement for 1( one) each of the NERA Communications Class II Saturn FFP, BM INMARSAT terminal for operation on 110/220 VAC , 60 HZ complete and including Ultra compact below deck equipment with facilities for 5 two wire telephones plus 1 auxiliary for use with phone , fax, telex. Additional facilities include RS232 interface for use with various PC's and printer, Hayes TA compatible modem interface for data , gyro interface, and NMEA A)183 for navigation interface. All control and diagnostics tests controlled by handset, above decks equipment which includes antenna radome with stabilized antenna and trans receiver 64K high speed data interface; 9.6 K STU III interface; QSXK911949 data com switch to allow automatic switching between incoming and outgoing 9.6 Kbps( ASD) data communication and 64kbps data messages, with 2731662 AC adapter. New mar 115-24-18 CD power supply. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Price and b) Technical capabilities The proposed contract action is for supply for which the government intends to award a single 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. Offerors shall submit as a part of their proposal , completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; 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 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil Offers in response to this combined synopsis/solicitation are due not later than 06 Feb 2004, 4:00 PM Pacific Time. Contractors offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact : Loida Toledo at (619)553-0285, e-mail: loida.toledo@navy.mil. Proposed contractors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-553-7774. Hard copies will not be accepted. This procurement is 100% set-aside for Small Business. NAICS: 811219; Size standard in millions of dollars: $ 6.0. See note (1).
- Place of Performance
- Address: MSC BATS, 9284 Balboa Avenue, San Diego, Ca
- Zip Code: 92123
- Country: USA
- Zip Code: 92123
- Record
- SN00506874-W 20040122/040120212307 (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 |