Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

58 -- Antennas and Batteries for PRC-117 Radio

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-06-T-0045
 
Response Due
7/21/2006
 
Archive Date
7/29/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-06-T-0045. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 334220 at 750 employees size standard. LINE ITEM 0001 - Foldable, high gain SATCOM antenna, 200W CW, with tripod. Connector: N male. Withstands wind loading of 80 MPH. Including: storage/carry case and 12' coax cable with n-male connector. Qty: 1 $__________ LINE ITEM 0002 - 30-512 MHz broadband whip antenna, fixed mounts, 50W CW. Connector on bottom side: N female, no cables. Qty: 1 $__________ LINE ITEM 0003 - Antenna mount, steel, finished in military green for 30-512 broadband whip antenna. Recommended for vehicle installation, mounting bolts not supplied. Qty: 1 $__________ LINE ITEM 0004 - 50 to 75 watts PF multi-band power amplifier kit, 30-512MHz AM/FM-UHF/VHF SATCOM nad DAMA, including 1 control bias-T with DC cable and 2 NM-BF adapters. Qty: 1 $__________ LINE ITEM 0005 - AC/DC/Rechargeable battery transceiver power unit for AN/PSC-5, AN/PSC-5C/D, MBMMR, AN/PRC-113, AN/PRC-117F, AN/PRC-138, AN/PRC-150, AN/URC-200, MXF-400, DC output: 26V/5.25A. Each unit includes: one 24V/1.9H rechargeable battery pack, one external AC power cord, one external DC input cable and one Operation/Maintenance manual. Qty: 1 $__________ LINE ITEM 0006 - Reversible data/accessories connector option for PRC-117F and PRC-150 for the ABP-AC/DC/BT-TR-1 AC/DC rechargeable battery transceiver power unit. Qty: 1 $__________ LINE ITEM 0007 - High efficiency amplified speaker unit with special Automatic Level Control, low total Harmonic Distortion and low DC power consumption, interfaces with tactical transceivers and encryption units to include AN/PRC-5, AN/PSC-5D, MBMMR, AN/PRC-177F, AN/PRC-150, AN/PRC-113, AN/URC-200, LST-5, KY57/99, Sunburst and others. Qty: 1 $__________ LINE ITEM 0008 - Audio interface cable for amplified speaker, 10' long, U-329/U (GC-329) 6-pin plug to connect with the transceiver/encryption unit handset/headset receptacle. Qty: 1 $__________ LINE ITEM 0009 - DC power interface cable for amplified speaker, 10' long, connects the amplified speaker with the AUX connector on the abp-ac/dc/bt-tr-1 UNIT. Qty: 1 $__________ LINE ITEM 0010 - Coax cable, RG-214/U n male to N male right angle connector, 250 feet long. Qty: 2 $__________ LINE ITEM 0011 - Coax cable, RG-58C/U, BNC male to n male connector, 3 feet long. Qty: 1 $__________ LINE ITEM 0012 - Coax cable, RG-214/U, n male to N male right angle connector, 3 feet long. Qty: 1 $__________ LINE ITEM 0013 - Coax cable, RG-214/U, BNC male to N male connector, 25 feet long. Qty: 1; $__________ or equal If bidding on an ?OR EQUAL? item, offerors must submit descriptive literature or a sample. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Contractors standard inspection procedures shall be used. Delivery/Acceptance will be at 20 MacDill Blvd. Ste 160, Bolling AFB, DC 20032. Delivery of all supplies will be no later than 30 days after date of contract. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.211-6, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications Application). Provision 52.212-2, Evaluation-Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions- Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.212-1, 52.214-34, 52.214-35, 52.223-5, 52.232-18, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), 52.253-1 DFARS (Chapter 2), 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.219-7011, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 3:00pm Eastern Standard Time, 22 May 2006 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to matthew.walton@Bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SSgt Matthew Walton, Contract Specialist, Phone (202) 767-7956, FAX (202) 767-7887, E-mail to matthew.walton@Bolling.af.mil
 
Place of Performance
Address: 11th CS/SCMR, 20 MacDill Blvd. Ste 160, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01089499-W 20060716/060714221216 (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.