Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2011 FBO #3514
SOLICITATION NOTICE

67 -- Tactical communications and Surveillance Equipment

Notice Date
7/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00369
 
Archive Date
7/30/2011
 
Point of Contact
Nathaniel Mizzell, Phone: (301) 443-4379, Nathaniel Mizzell, Phone: (301) 443-4379
 
E-Mail Address
nathaniel.mizzell@psc.hhs.gov, nathaniel.mizzell@psc.hhs.gov
(nathaniel.mizzell@psc.hhs.gov, nathaniel.mizzell@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 11-233-SOL-00369. The solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) The corresponding NAICS code is 334220 and the small business size standard is 750 employees. (v) List of contract line item number(s) and items, quantities and units of measure – Part #Description Qty 99150569Freja Standard Kit, plus 15 1 Freja Recorder 320GB 2 Freja Cameras 2 Cameras Cable Extensions, 1 mtr 2 Cameras Cable Extensions, 2 mtr 1 Camera Cable splitter 1 Multi Cable 1 Mini Jack / BNC Monitor Cable 3 Microphones, External (50 cm, 150 cm and 360 cm) 1 GM Key Fob 1 RCM Module 1 User Manual and Training CD 1 Transport Case 99005010Thor Body Transmitter w/SSR 9 99150576 Freja Low Light Buttonhole Camera, Color 7 99150577 Freja Low Light Pinhole Camera, Color 7 99150578 Freja Low Light Fisheye Camera, Color 7 99150584 Freja Ultra Low Light Camera Kit 3 99150331Beowulf Lighter 1 99005007Thor Receiver 2 99005006Thor Repeater + Kit 1 2 Thor Receivers 1 Thor Repeater Filter 1 Thor Flying Lead Transmitter 1 Thor Body Transmitter w/SSR 1 MMM 6 VDC / 400 mA 2 Thor GM Key Fobs 1 Thor TX Power Adapter 2 Headphones Antennas Various Chargers and Cables 1 User Manual and Training CD 1 Stormcase (vi) Description of Requirement – N/A (vii) Delivery and all services are to be provided prior to August 1, 2011. (viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contact resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders – Commercial Items, Alternate II, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (3) 52.203-15,, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009/); (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); (5) 52.204-11, American Recovery and Reinvestment Act – Reporting Requirements (Jul 2010) (Pub. L. 111-5); (9)(i) 52.219-6, Notice of Total Small business Set-Aside (June 2003) (15 U.S.C. 644); (19) 52.219-2/8, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (21) 52.222-19, Child Labor – Cooperation and Authorities and Remedies (Jul 2010) (E.O. 13126); (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (23)52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (32)(I) 52.225-3, Buy American Act – Free Trade Agreements – Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-53, 109-169, 109-283, and 110-138) (ii) Alternate I (Jan 2004); (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (39) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (xiii) Additional contract Requirements, Terms and Conditions – N/A (xiv) DPAS – N/A (xv) Quotes are due no later than Friday, July 15, 2011 by 2:00 pm, EST, electronically to the Contract Specialist at Nathaniel.Mizzell@psc.hhs.gov. (xvi) Contact Nathaniel Mizzell, Contract Specialist, at Nathaniel.Mizzell@psc.hhs.gov regarding the solicitation. Any inquiries must be emailed to the Contract Specialist with “”RFQ 11-233-SOL-00369 – Cobham Tactical Communications & Surveillance Equipment – Inquiry” in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00369/listing.html)
 
Place of Performance
Address: OS-OIG-HQ, Cohen building, 330 Independence Ave, SW, Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN02492430-W 20110709/110707235601-6e24db8392c55f2961c05e6c6b94f997 (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.