SOLICITATION NOTICE
59 -- COMMUNICATION EQUIPMENT (VARIOUS)
- Notice Date
- 8/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-08-T-0204
- Archive Date
- 8/28/2008
- Point of Contact
- LT Kelly S Weaverling, Phone: 757-893-2723
- E-Mail Address
-
kelly.weaverling@vb.socom.mil
- 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-08-T-0204, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008. This procurement is 100% small business set aside and the associated NAICS code is 423690 with a business size standard of 100 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Hand-Held Radio, Quantity 40 EA Description: Small in size (6in x 2 1/2in); Less than 2 lbs in weight; Dark in color; Concealable; "Stubby" type antenna (not standard size); Operates in VHF frequency range of 146 - 174 MHz; Power out, 0.5 watts min / 5 watts max; Minimum of 16 channels; 128 cipher min Purchase Request Number: V47898-8217-0821 0002 "Gang" Radio Chargers for Hand-Held Radio (CLIN0001), Quantity 6 EA Minimum 6 "gang" to charge 6 radios at one time; Rapid rate charge; 110- 220V power input; Purchase Request Number: V47898-8217-0821 0003 Single Radio Chargers for Hand-Held Radio (CLIN0001), Quantity 4 EA 110-220V power input Purchase Request Number: V47898-8217-0821 0004 Vehicle-Mounted Radio (CB type); Quantity 15 EA Dark in color; Magnetic mounted 1/4 wave length vehicle antenna; Operates in the VHF freq range of 146 - 174 MHz; 25 watt power out; Minimum of 32 channels; 128 cipher min Purchase Request Number: V47898-8217-0821 0005 Push-To-Talk (PTT) Cellular Telephone (NEXTEL style); Quantity 50 EA Push-to-Talk (walkie-talkie style); Dark in color; Concealable; Small in size, comparable to a standard cell phone; Netted or group calling feature; Bluetooth enabled/capable; No contract associated with the service - "pay as you go" option Purchase Request Number: V47898-8217-0821 0006 Bluetooth Headset; Quantity 50 EA Must be compatible with selected PTT cellular telephone (CLIN0005); Very small and concealable; Blending, neutral color that does not stand out; High end noise cancelling feature (Jawbone 2 is comparable item for these specifications) Purchase Request Number: V47898-8217-0821 0007 Commercial Broadband Internet Service (USB Cards); Quantity 10 EA ISP must have above average CONUS coverage compared to comparable ISPs; USB modem; 1.5 Mbps downlink / 700 Kbps uplink minimum; Pay as you go service if available, but not a requirement Purchase Request Number: V47898-8217-0821 Delivery date is 1 day after date of contract. Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. FOB: Destination; Inspection and Acceptance at Destination by Government FOB Point: Destination Inspection: Destination Acceptance: Destination The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2007) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (FEB 2008) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) FAR 52.219-28 Post-Award Small Business Program Representation (June 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9004 Foreign Persons (2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: delivery schedule, technical capability of the item offered to meet the Government requirement, and price. Delivery schedule and Technical approach, when combined, outweigh Price. (b) A written notice of award or acceptance of an offer mailed or otherwise 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. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kelly Weaverling at kelly.weaverling@vb.socom.mil. Quotes must be received no later than 3:00 p.m. Eastern Standard Time (EST) on 13 August 2008. The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Kelly Weaverling, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bde41723239b31586f20e5e52926a677&tab=core&_cview=1)
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
- Zip Code: 23461-2299
- Zip Code: 23461-2299
- Record
- SN01636757-W 20080813/080811225636-bde41723239b31586f20e5e52926a677 (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 |