Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
MODIFICATION

58 -- Transceiver Radio System, Vehicle and Fixed Site

Notice Date
7/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT822177AC01
 
Archive Date
8/11/2012
 
Point of Contact
TSgt Matthew Crum, Phone: (850) 283-3648, SSgt Peter Tucker, Phone: (850) 283-8638
 
E-Mail Address
matthew.crum@tyndall.af.mil, peter.tucker@tyndall.af.mil
(matthew.crum@tyndall.af.mil, peter.tucker@tyndall.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; quotations are being requested and a written solicitation will not be issued. The solicitation reference number F4AT822177AC01 is issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This acquisition is 100% set aside for small businesses under North American Industry Classification System (NAICS) code 334220. The small business size standard is 750 employees. A firm-fixed price purchase order will be awarded in accordance with FAR 13.302. This RFQ consists of the following Contract Line Item Numbers (CLIN): CLIN 0001: Quantity 4 each, Radio Transceiver System, Vehicle Mounted (see attachment for specifications) comprised of the following: 1 EA - UHF/VHF Transceiver 1 EA - Transceiver Vehicle Mount 1 EA - DC-DC Power Supply (as applicable and with mounting bracket) 1 EA - Remote Speaker/Amplifier 1 EA - Palm Held Microphone 1 EA - Remote Control Head - With Required Control Cables (If applicable - see attachment) 1 EA - Vehicular Spring Antenna with Mount and 20 feet Cable General Dynamics C4 Systems PMB-100 (V2) Mobile System (PN# 01-P35846M002), Brand Name or Equal CLIN 0002: Quantity 2 each, Radio Transceiver System, Fixed Site (see attachment for specifications) comprised of the following: 1 EA - UHF/VHF Transceiver 1 EA - AC Power Supply (As required for 115 VAC) 1 EA - 19 inch Rack Mount Tray/Hardware 1 EA - Microphone/Handset 1 EA - Omni-directional Dipole VHF/UHF Antenna 1 EA - Remote Control (3-wire RS-232; Provides all control functions and balanced audio up to 300 ft) 1 EA - 50 feet, Low Loss Antenna Cable General Dynamics C4 Systems PRM-500 (V2) 50 Watt Rack Mount System (PN# 01-P35849M002), Brand Name or Equal ***If submitting an "Or Equal" item, offerors shall submit documentation demonstrating the "equal" meets all the attached specifications and submit all applicable literature with their quote. See FAR Clause 52.211-6 requirements regarding "Brand Name or Equal." All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price Technical Capability: Offeror's Vehicle and Fixed Site Transceiver systems will be evaluated against the attached specifications on a pass/fail basis. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 - Protecting the Governments Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors - Commercial Items 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 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 Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7008 - Export-Controlled Items 252.211-7003 - Item Identification and Valuation 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination. Quotes must be transmitted by e-mail. The point of contact for this solicitation is TSgt Matthew Crum, Contract Specialist, (850) 283-3648, matthew.crum@tyndall.af.mil. Alternate point of contact is SSgt Peter Tucker, Contracting Officer, (850) 283-8634, peter.tucker@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT822177AC01/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02808434-W 20120721/120719235923-808c14dc4e6a68eb9df500cd2ecc5ccb (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.