Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
MODIFICATION

58 -- P25 VHF Repeaters

Notice Date
8/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ10169383
 
Response Due
8/15/2012
 
Archive Date
10/14/2012
 
Point of Contact
Jeffrey B. Strange, 701-333-2222
 
E-Mail Address
USPFO for North Dakota
(jeffrey.strange1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ADDITIONAL INFORMATION (added 2 Aug 12): Color copies of the photographs contained in the original solicitation are attached to this posting. No changes have been made to the original solicitation posting. 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. 1. This is a combined synopsis/solicitation procurement and installation of five P25 VHF Radio Repeaters at ND National Guard armories, prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W901UZ10169383, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. Only one quote per offeror will be considered. See attached Performance Work Statement for additional requirements, information and instructions. 2. The provisions at 52.212-2, Evaluation-Commercial Items apply. Only new items are acceptable; no refurbished items will be considered. The items listed in the Performance Work Statement meet the minimum specifications for this requirement; any brand name mentioned is for the offeror's information only; offerors may submit suitable equal products for any of the equipment listed. Partial offers or offers which do not meet the minimum specifications will be rejected as non-responsive. All offerors shall submit complete specifications of the items offered with their offer. The Government will award to the responsible offeror whose offer, conforming to the request for quote will be most advantageous to the Government (price and other factors considered), if any award is made. The following factors shall be used to evaluate offers: price, specifications and delivery/installation period. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Contracting Officer will evaluate products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. All late quotes will be rejected. Per FAR Part 19, this acquisition is set aside for small businesses. NAICS Code 334220 applies to this acquisition. 3. Offers will identify the individual price of equipment items separately from the price for installation. See the Performance Work Statement for specific requirements concerning the Jamestown Armory roof. 4. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 5. The Federal Government is tax exempt. 6. The provisions and clauses applicable to this solicitation are contained in an attachment to this solicitation. Applicable Service Contract Action and Davis Bacon Wage Determinations are also attached. 7. The Government reserves the right to make no award pursuant to this solicitation. 8. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 4:00 PM EDT (3:00 PM CDT) on 15 August 2012, via e-mail to jeffrey.strange1@us.army.mil or curtis.richter@us.army.mil, or faxed to USPFO For North Dakota (P&C) at 701-333-2230. Points of Contact for this combined synopsis/solicitation are Jeff Strange, 701-333-2222 and Curtis Richter, 701-333-2295.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ10169383/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02825563-W 20120804/120803001259-5154d65149832705b3c2e1b51085addf (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.