Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2006 FBO #1705
SOLICITATION NOTICE

58 -- LAV Radio

Notice Date
7/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
 
ZIP Code
96816-4495
 
Solicitation Number
WX3LLP-6167-0501
 
Response Due
8/12/2006
 
Archive Date
10/11/2006
 
Point of Contact
Tom Madeira, (808) 733-4315
 
E-Mail Address
USPFO for Hawaii
(tom.madeira@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in thi s notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is WX3LLP-6167-0501 and is being issued as a Request for Quote. All quotes shall reference the R FQ number and shall be submitted by 8:00 a.m. local time on 12 August 2006. The anticipated award date is 14 August 2006, with a performance period of 60 days. This RFQ is set aside for small business participation; the NAICS code and applicable size stand ard is 334290 and 750 employees. This procurement utilizes the cascading set-aside preference for small business awards without consideration of large business offers received where two or more competitive offers are received from qualified small business concerns. The Hawaii Army National Guard wishes to procure one RT-5000 Transceiver and additional components to be delivered and installed at a specified location on the Island of Oahu. A summary of the transceiver specifications is as follows: FM1: 29. 7-960 MHz FM/AM Analog FM2a: VHF (136-174 MHz), Analog FM&P-25 Digital, Smartzone/Omnilink P-25 Trunking (3600&9600 Control Chn), Multikey Encryption (AES/DES/DES-XL/DES-OFB), OTAR, FM2b: UHF (764-870 MHz), Analog FM&P-25 Digital. Additional components an d their individual specifications are as follows: one C-5000 NVG Display, Blk, P-25 1 Serial RT control; one AT-560 Antenna 29.7-960 MHz 9.5 in. Tuned blade, wht, FC-5000 REQ'D; one FC-5000 Antenna Tuner, AT-560 or AT-5000; one RT-5000 mounting tray, verit cal mounting; one Connector, RT-5000 Transceiver; one Connector, C-5000 serial RT Interface; one Connector, C-5000 System Interface; one Connector, FC-550, FC-50 (J1); Connector,AT-550, AT-50, AT-51; one Connector, FC-550, FC-50 (J2); one Connector, FC-550 , FC-50 (J3); four RT-5000 Shock mounts, vert. or hor. mtg tray, 4 req'd; one C-5000 PC Cloning Cable & software; one Motorola KVL to Flexcomm II Key Load cable; The Place of Delivery, installation, inspection, and acceptance is as follows: 3949 Diamond Head Road, Honolulu, HI 96816 . The quoted prices shall be FOB Destination. Solicitation provision at FAR 52.212-1, Instructions to OfferorsCommercial Items (JAN 2006), FAR 52.211-6, Brand Name or Equal (AUG 1999), and FAR 52.212-4, Contract Terms and Co nditionsCommercial Items is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Evaluation  Commercial Items (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offero r 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 the item offered to meet the Government requi rement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation. Technical and past performance, when combined, are approximately equal to price. The proposal shall be in sufficient detail as to allow a board to review and rate the proposal. The proposal shall identify that the transceiver and the additional items will meet the Governments desired requirements. The written proposal will be no more than 15 pages in length. All information exceeding 15 pages wi ll be disregarded. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the o fferors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror m ust identify a minimum of two Federal, State or local Government and private contracts for which the offeror has supplied similar products to those identified in this solicitation. References should include the most recent contracts completed within the l ast five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The offeror shall provide a FOB Destination cost for delivery and installation at the specified location. Offerors shall address e ach evaluation factor stated above, failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (MA R 2005), with their proposal. The following clauses within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, apply to this solicitation and any resultant contract; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation 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, Veter ans 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; 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The following additional clauses and provisions are incorporated by refer ence: 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-1, Clauses Incorporated by Reference; 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act  Balance of Payments Program; 252-232-7003, Electronic Submission of Payment Requests; 252.225-7035 Buy American ActFree Trade AgreementBalance of Payments Program Certificate. The clauses incorporated by reference can be accessed in full text at the Army Acquisition Web Site: http://farsite.hill.af.mil. Contractor shall ship best way. All equipment shall be packed/ palletized/containerized (as applicable) for overseas shipment to Hawaii. For accountability reasons, Contractor shall make one complete shipment. Absolutely no split shipments of individual Line Items. Payment will be made upon acceptance by the Government for the complete order, i.e., no payment for partial deliveries. Deliveries are accepted Tuesdays through Thursdays from 7:30 a.m. to 3:30 p.m. except federal holidays; Receiving may be c losed Mondays and Fridays. Contractor should call ahead at (808) 733-4375 to see whether deliveries are being accepted for Monday and Friday deliveries. All responsible offers will be considered. Sign and date your offer. Mail, fax or e-mail one original , to Hawaii Army National Guard, USPFO-PC, 4208 Diamond Head Road, Honolulu, Hawaii 96816-4495, ATTN: LT Byron Cadiz, Contract Specialist, Fax number (808)733-4397, or email to byron.n.cadiz@us.army.mil by 8:00 a.m.(Hawaii Standard Time), 7 August 2006. For information regarding this solicitation contact LTC Tom Madeira at (808) 733-4315 or email at tom.madeira@us.army.mil. All questions need to be submitted in writing to tom.madeira@us.army.mil no later than 7 August 2006. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA50/WX3LLP-6167-0501/listing.html)
 
Place of Performance
Address: USPFO for Hawaii 4208 Diamond Head Road, Honolulu HI
Zip Code: 96816-4495
Country: US
 
Record
SN01099048-F 20060728/060726224052 (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.