Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2006 FBO #1739
SOLICITATION NOTICE

58 -- Aircraft Wireless Intercom System

Notice Date
8/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-06-R-0005
 
Response Due
9/12/2006
 
Archive Date
11/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation is issued as a Request For Proposal (RFP). All correspondence shall reference number W912NR-06-R-0005. This solicitation document and incorporated provi sions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is 100% set aside for small business. The North American Industry Classification System code for this procurement is 334220. ITEM DESCRIPTION: Telephonic s Trulink Wireless Intercommunication System or equal. System consist of twenty two transceivers (STD) 780-1000-001 MFR Number CF0045-M3, Four each transceiver (Dual LEMO) 780-1000-003 MFR Number CF0045-M1, Four each VIP Cable Part Number JB6856-M3 and two each Dual Lemo Channel Select Part Number CC658-M7. This system will be used to provide extended communication range between the aircraft and passengers transiting to and from the aircraft. Proposals shall include pricing and warranty information. The fol lowing FAR/DFAR clauses are applicable to this procurement: FAR 52.204-7, Central Contractor Registration; 52.204-8, Annual Representations and Certifications, require that each offeror complete the annual Representations and Certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov; FAR 52.212-1, Instruction to Offerors- Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.211-6, Brand Name or Equal  If an item is identi fied as brand name or equal the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products including equal products of the brand name manufacturer must- meet the salient physical, functional or performance characteristics specified, clearly identify the item by brand name, i f any and include make or model number, include descriptive literature such as illustration, drawings, or a clear reference to previously furnished descriptive data or information available to the contracting officer and clearly describe any modifications the offeror plans to make in a product to make it conform to the requirements, mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or ide ntified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product b eing offered is an equal product the offeror shall provide the brand name product referenced in the solicitation.; FAR 52.212-3, Offeror Representations and Certification- Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercia l Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with A uthorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-6, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by reference may be accessed in full text at htt p://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In Clauses; DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; DFARS 252-247-7023 Alt III Transportation of Supplies by Sea. Responses to this notice must be received no later than 4:00 p.m. CST, September 12, 2006 at the following address: USPFO For Louisiana (Carville), Attn: LANG-J8-P CW3 Montalbano, Bldg 24, Room 211, 5445 Point Claire Road, Carville, Louisiana 70721 or email to tracy.montalbano@us.army.mil. Responses may be submitted on company letterhead and shall include the following information: Solicitation Number W912NR-06-R-0005; name and address; phone and fax number; poi nt of contact; Dun and Bradstreet Number; Cage Code; Tax Identification Number; payment terms discount offered for prompt payment. Additional Information: All prospective contractors must be registered in the Central Contractor Registration Database (CCR) (www.ccr.gov). If you are not registered you may request an application through the CCR website at http://www.ccr.gov. All questions concerning this procurement must be received in writing before 12:00 CST on September 6, 2006. All responsible sources may submit a proposal.
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01128861-W 20060831/060829221534 (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.