SOLICITATION NOTICE
58 -- UHF SATCOM ANTENNAS
- Notice Date
- 2/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6THCC3014AC01
- Response Due
- 2/19/2013
- Archive Date
- 4/7/2013
- Point of Contact
- tonykuntz, 5092477221
- E-Mail Address
-
141 ARW/MSC
(anthony.kuntz@us.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 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. Solicitation number F6THCC3014AC01 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65, 29 January 2013 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20121231. It is the contractor's responsibility to become familiar with applicable clauses and provisions.. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334220 with the number of employees not to exceed 750. Description of Requirement: CLIN 0001: 8(ea.) UHF SATCOM Antennas. TRIVEC AVANT P/N AV2012 OR EQUAL. Foldable, high gain, UHF Satellite Communication (SATCOM0 antenna designed to withstand wind loading in excess of 160 mph. Set up and deployment in less than 3 minutes. Frequency: 240-318 MHz; Gain: +11dBic @ 240MHz / +12 dBic @ 318 MHz; VSWR: 1.5:1; Power: 200 watts cw; Connector: N male. Mounted on tripod with elevation adjustments QTY 8 each Price each $__________________ Price Total $__________________ Delivery to McCord AFB, 98438 must be included in price. Delivery will be to: MSgt Robert Lane 852 Lincoln BLVD McCord AFB, WA 98438 Quote Information: Quotes must be submitted and received no later than Tuesday, 19 February 2013, at 1400 hours Pacific Time. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: SMSgt Anthony J. Kuntz, Contracting Officer Ph: (509) 247-7221, email: 141MSG.MSC@us.af.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability - The Government will evaluate offers for award purposes FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC3014AC01/listing.html)
- Place of Performance
- Address: 141 ARW/MSC 852 LINCOLN BLVD MCCORD AFB WA
- Zip Code: 98438
- Zip Code: 98438
- Record
- SN02980402-W 20130208/130206234001-3b08bcbd097bdbfa3a482e1829959c77 (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 |