Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

58 -- CLEAR-COM EQUIPMENT

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G1CA2124AG01-CLEAR-COM-EQUIP
 
Archive Date
10/2/2012
 
Point of Contact
PAUL B BERGLUND, Phone: 7026528463
 
E-Mail Address
paul.berglund@nellis.af.mil
(paul.berglund@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 99th Contracting Squadron, Nellis AFB, NV intends to award a single source one time, firm fixed price purchase order for Clear-Com Equipment. To include: F.O.B. Destination to Nellis AFB, NV. Authority for this sole source requirement is FAR 6.302. This notice is for informational purposes only; no formal solicitation will be issued as a result of this announcement. Questions may be directed to SSgt Berglund, Contracting Specialist, at paul.berglund@nellis.af.mil or MSgt Maya Hemingway, Contracting Officer, at maya.hemingway@nellis.af.mil. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SOLICITATION #: F3G1CA2124AG01 - CLEAR-COM EQUIPMENT This combined synopsis/solicitation is issued as a Notice of Intent to Single Source. NAICS: 334290 CLIN 0001: PN# CCC-720280 - 8-Port fiber interface with RJ-45 connectors to extend matrix stations from frames, connect 2 frames, extend interfaces or 4-wire audio circuits. Uses 2 single-mode fibers. One kilometer with multi-mode fiber. 19km with single-mode fiber. I RU. 90-240 VAC. One end, two needed. - 17 ea CLIN 0002: PN# CCC-720197 - Headset/mic. Sennheiser HMD281, single-muff, with coiled cord custom wired with Clear-Com connector. - 39 ea CLIN 0003: PN# i-1430E - 1RU i-Series Eclipse intercom station with 4DISPLAY KEY MODULES AND KEYPAD providing 32 pushbuttons and 4 displays, $0.00 $0.00 keypad for local assignments, Gooseneck and headset connections and loudspeaker with level control. - 39 ea CLIN 0004: PN# CCC-720209 - AUX-101 Custom modified to generate proper signal for Telephonics CAP headset jack. Installs in i-station. - 39 ea CLIN 0005: PN# CCC-720226D - Improved adapter box with jacks and switch for 5 Ohm David Clark mics/headsets and Clear-Com headsets. 3ft cable w/right-angle plug. Transformer for gain & humbucking. Heavy duty toggle switch. Matches David Clark mic to i-station. - 27 ea CLIN 0006: PN# V12LDX4Y-IP - IP enabled V-Series 1RU 12 Lever Key User Panel with XLR-4 Male headset connector. The panel has 12 keys including one reply/answer-back key and 8 shift pages. - 2 ea CLIN 0007: PN# CAB-MVX-48Z - RS-232 serial adaptor cable. Used to upgrade MVX cards in Eclipse Omega, Median, Pico and E-32 frames. - 3 ea CLIN 0008: SHIPPING - 1 ea CLIN 0009: SVC-XWARR-2: Extended Warranty: 2 year extended warranty - 1 ea CLEAR-COM LLC 1301 MARINE VILLAGE PARKWAY, SUITE 105 ALAMEDA, CA 94501 CLEAR-COM is the only manufacturer that offers "CCC" part numbers. The following provisions and clauses (current through FAC 2005-60 effective 27 August 2012) are applicable to subject solicitation: FAR 52.204-7 - CCR; FAR 52.212-1 - Instructions to Offerors; 52.212-2 - Evaluation-Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Terms and Condition - Commercial; FAR 52.212-5 Dev - Statutes/Exec Orders; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 - Convict Labor; FAR 52.222-19 - Child Labor; FAR 52.222-21 - Prohibition of Segregated Facilities, FAR 52.225-13 - Restrictions on Foreign Purchase; 52.232-33 - Payment by EFT - CCR; FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, NV. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to paul.berglund@nellis.af.mil no later than 17 September, 2012, 8:00 am PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G1CA2124AG01-CLEAR-COM-EQUIP/listing.html)
 
Place of Performance
Address: CREECH AFB, CREECH AFB, Nevada, United States
 
Record
SN02880374-W 20120914/120913002021-b1b632d400710cb18b2daf11c3fb76af (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.