SOLICITATION NOTICE
58 -- Airborne Digital Transceivers and Related Equipment.
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Pennsylvania, USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W25KYJ9197N501
- Response Due
- 8/25/2009
- Archive Date
- 10/24/2009
- Point of Contact
- Michael V. Brown, 717-861-6872<br />
- E-Mail Address
-
USPFO for Pennsylvania
(mike.v.brown@us.army.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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36. The Solicitation Number is: W25KYJ9197N501. The Solicitation is issued as a Request for Quotation (RFQ). Quotations are due on Tuesday, 25 August 2009, at 1300 HRS (1:00 pm) EDT at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Quotations may be submitted by e-mail at: mike.v.brown@us.army.mil. Quotations should not be submitted via facsimile. Questions concerning this solicitation will only be accepted via e-mail addressed to Michael Brown, Contracting Specialist at mike.v.brown@us.army.mil. This procurement is being issued as a 100% Small Business Set-Aside. The associated NAICS Code is: 423690 and the small business size standard is: 500. Evaluation will be based on the lowest price technically acceptable for the government. Accordingly, please note that, unless otherwise specified herein, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation presents the lowest technically acceptable price. Technical acceptability includes compliance with the requirements of this solicitation. F.O.B. Destination. Offers/Quotations submitted on a basis other than FOB Destination may be rejected as nonresponsive. The ship to location will be AASF #1, Attn. Terry Ellestad, Building 19-101, Fort Indiantown Gap, Annville, PA 17003. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. The Government reserves the right to award without discussions. This RFQ has eight (8) line items, some with multiple items and/or quantities. A Firm Fixed Price (FFP) type purchase order is anticipated. Pricing is to be provided for each line item. All line items must be quoted. Unless the context clearly indicates otherwise, all quantities are one (1). ITEM 0001 Airborne Digital VHF FM Transceiver Quantity: 3. Til Digital VHF Transceiver project 25 with Night Vision, Model No. TDFM136NV, or equal item. ITEM 0002 FM/2 Meter Extended Band Antenna Quantity: 29. Comant Model CI 292-3, or equal, FM Extended Band Bent Antenna; 3-hole mount 138-174 MHz. ITEM 0003 CH-47 Install Kit Quantity: 3. Installation Kit for ITEM 0001 for CH-47 (Chinook) Aircraft. CH47KIT, or equal item. ITEM 0004 Multiband P25 Airborne Transceiver Quantity: 26. Til Digital Multiband Transceiver project 25 with Night Vision, Model No. TDFM6148-P497NV (01120-3-6148-P497NV), or equal item. ITEM 0005 UHF Blade Quantity: 26. Comant UHF Blade 400-960, N connect, Model CI 285, or equal item. ITEM 0006 Antenna Coupler Quantity: 26. STI-CO Antenna Coupler, 138/380/760 N series connect, Model No. COUP138/380/760N, or equal item. ITEM 0007 Audio Mode Selector Quantity: 26. TIL Audio Mode Selector, 031220-1, Model No. AMS6000, or equal item. ITEM 0008 UH-60 Install Kit Quantity: 26. Installation Kit for ITEM 0004 for UH-60 (Blackhawk) Aircraft. UH60KIT (inclusive of: J201 - Blackhawk (A-C) Adpt FM C11466A ARC201A to TFM138B/500/550 CAB; J202 Blackhawk (A-L) Model Audio Re-route Cable; Antenna Doubler Plate; and Antenna COAX), or equal item. All or equal submittals are required to provide complete technical/descriptive documentation, inclusive of copies of detailed product manuals, demonstrating that offered items are equal or better than identified item. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE OR ACCOMPANYING THE QUOTE. Only firm fixed price offers will be evaluated. Offers shall include manufacturers name, model number and unit pricing for all items quoted. Responsive quotations shall include warranty information for all items. Warranties must apply even if installation of items is performed by U.S. Government personnel. The successful offeror shall provide complete product specifications and/or technical manuals equal to the quantity ordered for all items. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. Responses shall include the offerors CAGE Code, any prompt payment terms, and Time to Deliver for all items After Receipt of an Order. The Government reserves the right to issue an award for less than all Line Items and for less than all quantities requested. FAR 52.252-2 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: (Gratuities); 52.203-6 Alt. I (Restrictions on Subcontractor Sales to the Government); 52.204-4 (Printed or Copied-Double Sided on Recycled Paper); 52.204-7 (Central Contractor Registration); 52.211-6 (Brand Name or Equal); 52.212-1 (Instructions to Offerors); the clause at FAR 52.212-3 ALT-I, Offeror Representations and Certifications Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-Line at http://orca.bpn.gov/publicsearch.aspx; 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 (Dev) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns); 52.219-6 (Notice of Small Business Set-Aside); 52.219-8 (Utilization of Small Business Concerns); 52.219-14 (Limitations on Subcontracting); 52.219-28 (Post-Award Small Business Program Representation); 52.222-3 (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); 52.222-39 (Notification of Employee Rights Concerning Payment of Union Dues or Fees); 52.222-50 (Combating Trafficking in Persons); 52.225-1 (Buy American Act-Supplies); 52.225-2 (Buy American Act Certificate); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration); 52.233-2 (Service of Protest) - designation of location where protest may be served is: DMVA, Bldg. 0-48, USPFO-PA, Attn. P&C, Room 242, FTIG/Annville, PA 17003-5003; 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.247-34 (F.o.b. Destination) Responsive Offerors are advised to include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, with any quote. The following DFARS Clauses apply to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 (Alternate A); 252.209-7001 (Disclosure of Ownership or Control by the Government of a Terrorist Country); 252.211-7003 (Item Identification and Valuation); 252.212-7001 (DEV) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.225-7000 (Buy American Act Balance of Payments Program Certificate); 252.225-7001 (Buy American Act and Balance of Payments Program); 252.225-7012 (Preference for Certain Domestic Commodities); 252.226-7001 (Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns); 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports); 252.232-7010 (Levies on Contract Payments); 252.243-7002 (Requests for Equitable Adjustment); 252.246-7003 (Notification of Potential Safety Issues); 252.247-7023 (Transportation of Supplies by Sea).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W25KYJ9197N501/listing.html)
- Place of Performance
- Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA<br />
- Zip Code: 17003-5003<br />
- Record
- SN01908605-W 20090814/090813000145-6f8d18462c51b375df11b85604b5c9fc (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 |