Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

58 -- Motorola XTL 5000 Consolette

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-Q-BM414
 
Archive Date
9/4/2009
 
Point of Contact
BryeMcMillon Jr, Phone: 757-764-8619
 
E-Mail Address
brye.mcmillon@langley.af.mil
(brye.mcmillon@langley.af.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) FA4800-09-Q-BM14. Quotations are being requested not later than 1400 hrs EST, 20 Aug 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System Code (NAICS) is 334220 and the size standard is 750 EMP. The Standard Industrial Classification Code (SIC) for this order is 3663. The Federal Supply Classification (FSC) for this order is 5820. The Government intends to issue a firm fixed-price purchase order for the acquisition of the following item brand name or equal: NINE (9) EACH - MOTOROLA MODEL XTL 5000 (P/N L20QSS9PW1AN 10-40W UHF R1 380-470MHZ XTL 5000 CONSOLETTE). CONSOLETTE WITH: P/N: G806AT - ENH: SOFTWARE ASTRO DIGITAL CAI OPERATION P/N: G78AK - ENH: TWO YEAR ENCRYPTED ESP P/N: G843AC - ADD: AES ENCRYPTION P/N: G298AN - ADD: ENCRYPTION P25 AND MDC OTAR P/N: G159AF - ADD: ENCRYPTION UCM HDWR P/N: G80AB - ADD: W7 HW SETUP CONSOLETTE P/N: L146AS - ADD: TONE REMOTE CONTROL XTL5000 P/N: G51AM - ENH: 3600 SMARTZONE OPERATION, P/N: G361AE - ENH: ASTRO PROJECT 25 TRUNKING SOFTWARE, P/N: G114AE - ENH: ENHANCED DIGITAL ID DISPLAY, P/N: SVC209 - MSS INSTALL Please include payment terms, FOB Destination, availability, and how long it will take to ship to Langley AFB, VA. Questions should be submitted in writing via below fax number or emailed to brye.mcmillon@langley.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors, Commercial Items (Jun 2008), and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jul 2009), FAR 52.225-4 Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate (Jun 2009). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.233-1 Disputes (Jul 2002), FAR 52-204-7 Central Contractor Registration (Apr 2008); with 252.204-7004 ALT A (Sep 2007), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006), FAR 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Mar 2009), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2009) apply to this acquisition; under para (b), the following clauses are incorporated: (8) (i) FAR 52.219-6 Notice of Total Small Business Aside (June 2003), (19) FAR 52.222-3 Convict Labor (Jun 2003), (20) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), (21) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (22) FAR 52.222-26 Equal Opportunity (Mar 2007), (24) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (32) (i) FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009), (34) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), (39) FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009); under para (b), the following clauses are incorporated: (14) (i) DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009) (19) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), (23) (i) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) (iv) (Alt III) (May 2002); and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2008), AFFARS 5352.201-9101 Ombudsman (Aug 2005). All responsible sources may submit a quote, which, if timely received, must be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial Government Entity Code (CAGE Code). All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the government. Failure to obtain a DUNS number, register in ORCA, and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. One of the following paragraphs will apply: (a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). or (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. Note: A search in ORCA will be accomplished to ensure compliance. Please submit the quotation: 1) Cover sheet with company name 2) Price Sheet to 1 CONS/LGCA, 74 Nealy Ave Langley AFB, VA 23665 at or before 1400 EST, 20 Aug 2009. Quotations may be faxed to SrA Brye McMillon Jr at (757) 764-7447 or emailed to brye.mcmillon@langley.af.mil. If a copy of the provisions is needed, they can be found on http://farsite.hill.af.mil. If you have any questions please contact SrA Brye McMillon Jr, Contracting Specialist, at (757) 764-8619, or email at brye.mcmillon@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-BM414 /listing.html)
 
Place of Performance
Address: Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01909072-W 20090814/090813000836-f409464619330e819c9d617247f31871 (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.