Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2009 FBO #2740
SOLICITATION NOTICE

58 -- Radios - Communication Microwave Equipment

Notice Date
5/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409R0036
 
Response Due
6/12/2009
 
Archive Date
7/13/2009
 
Point of Contact
Cuc Tran 562-626-7139 Cuc Tran<br />
 
E-Mail Address
Use this email to contact Contract Specialist
(Cuc.Tran@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFP number is N00244-09-R-0036. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081112. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This requiremen! t is unrestricted and the NAICS code is 334220. The Government has a requirement for the UHF/VHF Radio system capable to operating Have-Quick I and II in the UHF band (225 to 400 MHz), Single Channel Ground and Airborne Radio System (SINCGARDS)-band VHF (30-88 MHz, and Advanced Narrow-Band Digital Voice Terminal (AN-DVT) over the entire 30 to 400 MHz band. All interested offerors shall provide a quote for the following line items:CLIN 0001- Clear Handheld UHF/VHF Radios system (Quantity of 32 each) meeting all of the specification attached hereto. Required delivery 9 months after receipt of order, FOB Destination. The Government will evaluate the quotations based on the following evaluation criteria:1) Technical Capability factor "Meeting the Requirement"2) Price and3) Past Performance. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturers sales literature or other product literature, which clearly documents that the offered product(s) meet the specifications stated above.Past Performance will be evaluated to determine the overall quality of the products and services, provided by the contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and /or information from other sources. Quoters shall provide a list of three (3) references to whom the same or similar products have been sold. The list of references shall include the name of the reference contact person; the contract number, the amount of contract and the address, telephone number, fax number, email address of the Contracting Officer, and the date of delivery or the date services were completed. Offerors shall submit the following: 1) A quotation which address line item2) The technical description and/or product literature3) Description of commercial warranty and4) The most recent published price list5) Offered delivery time6) Tax Identification Number7) Dunn and Bradstreet number8) FOB Point The offeror shall include a statement "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.", or list any exception(s) and rationale for the exception(s). The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: technically acceptable offer with the lowest total cost for the listed items in the specification, and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government.All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation 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, Veterans 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; 52.232-33, Payment by Electronic Funds Transfer Central Contrac! tor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. To be determined technically acceptable the Offeror must furnish product literat! ure and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offerors must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and quotes must be received no later than 15:00 PM Local Time, on 06/12/2009. Any questions regarding this solicitation should be forwarded in writing via email to the Contract Specialist at Cuc.tran@navy.mil. Email proposals to Cuc.Tran@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Faxed quotes will not be accepted. Oral communications are not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409R0036/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center, Norco, CA<br />
Zip Code: 92860<br />
 
Record
SN01826680-W 20090528/090526234600-103d8a2ffb06eb76307509b9706850e7 (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.