Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

58 -- Satellite Radios - Bid Schedule

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
F1N3BG9175A001
 
Archive Date
9/26/2009
 
Point of Contact
Ramses L. Rodriguez, Phone: 662-434-7787, David Holliman, Phone: 662-434-7776
 
E-Mail Address
Ramses.Rodriguez@Columbus.af.mil, david.holliman@columbus.af.mil
(Ramses.Rodriguez@Columbus.af.mil, david.holliman@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Satellite Radios SOW Bid Schedule This is a combined synopsis/solicitation for commercial services 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 document will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation, F1N3BG9175A001, is a Request for Quotation (RFQ). The associated North American Industry Classification System (NAICS) for this procurement is 334220 and the small business size standard is 750. This opportunity is advertised as 100% small business set-aside, non-personal service to provide the following: All supervision, personnel, equipment, transportation, materials, and all other items necessary to provide Satellite Radios for the Fire Department at Columbus Air Force Base IAW the applicable Bid Schedule and SOW. A Bid Schedule and SOW, including a list of contract line item number(s) and items, quantities, and units of measure, needed to quote on the above stated are attached. Specifically cited is CLIN 0001 - Transportable Radio/Telephone, Part #: G2 SAT-PAK, or approved equal, QTY 5 EACH. CLIN 0002 - Antenna, Part #: SPAC-AS-MSV220G2, or approved equal, QTY 2 EACH. CLIN 0003 - Antenna, Part #: FX-MNT, or approved equal, QTY 3 EACH. CLIN 0004 - Cable, Part #: COAX, or approved equal, QTY 3 EACH. CLIN 0005 - Connector, Part # CONN, or approved equal, QTY 6 EACH. CLIN 0006 - Box, Part #: ICRI-G2, or approved equal, QTY 5 EACH. CLIN 0007 - Cable, Part #: Cable, or approved equal, QTY 7 EACH. CLIN 0008 - Installation of Satellite fixed site unit at fire department, or approved equal, QTY 1 EACH. CLIN 0009 - Installation of fixed site antenna on tower or approved equal, QTY 1 EACH. CLIN 0010 - Activation fee for 3 radios for 12 months, or approved equal, QTY 12 EACH. CLIN 0011 - Emergency Referral Service Change for 3 radios, or approved equal, QTY 12 EACH. CLIN 00012 - Federal Universal Service fund and regulatory cost recover fee for 3 radios, or approved equal, QTY: 12 EACH. Contracting Point of Contact is A1C Rodriguez, Ramses: Telephone: (662) 434-7787 E-mail: Ramses.Rodriguez@Columbus.Af.Mil. FOB: Destination for delivery is Columbus AFB, MS. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at http://www.ccr.gov/ or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All offers should be faxed to (662) 434-3049 or e-mailed (preferred) to the attention of Ramses Rodriguez, Contract Specialist. Oral quotes will not be accepted. The due date for receipt of all quotes is 11 Sep 2009 by 4:00 p.m. CDT. Any questions should be submitted in writing to the POC by NLT 08 Sep 2009 at 4:00 p.m. CDT. Answers will be posted to FBO before the due date for receipt of quotes; however, the due date for receipt of quotes shall not be extended because of late questions. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items (offerors shall complete and present with their offers using the Online Representation & Certification Application (ORCA) homepage at http://orca.bpn.gov/); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. Award will be based on the best value to the Government in terms of both price and technical acceptability. An offer is considered technically acceptable if it's properly submitted via the attached Bid Schedule and contains no exceptions to the applicable Statement of Work. Please validate all quotes through 1 Oct 09.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BG9175A001/listing.html)
 
Place of Performance
Address: 14 CES/CEF, 1024 Independence Ave., Columbus AFB, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN01937614-W 20090904/090903000652-6e0ffdf42e5ab80b1d1fe17e9296976b (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.