Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOLICITATION NOTICE

58 -- Portable Radios - SF 1449 - Combined Synopsis-Solicitation

Notice Date
9/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-13-T-0024
 
Archive Date
10/4/2013
 
Point of Contact
James S. Barrett, Phone: 2406125653, Devin P. Harley,
 
E-Mail Address
james.barrett@afncr.af.mil,
(james.barrett@afncr.af.mil, ontracting)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Standard Form 1449 version of the solicitation. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number FA2860-13-T-0024 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This requirement is a 100% small-business set-aside. The North American Industry Classification System (NAICS) code is 334220, and the business size standard is 750 employees. 3. The Government will award a firm fixed price contract for VP600-F Radios for the 11th SFG at Joint Base Andrews. The following items are being procured: CLIN Description 0001 VP600-F M1 UHF BLK P25CONV 2048TG AES DataT OTAR Part number: 242592A453XX8, or equal. Model I. LiIon Battery. 2048 Channels/Talkgroups. Immersion Housing. Antenna UHF, 380-520 MHz. Must meet Project 25 standards/JF12 certified. Quantity: 180 0002 VP600-F M3 UHF BLK P25CONV 2048TG AES DataT OTAR Part number: 242592C453XX8, or equal. Model III. Immerson Housing. Antenna UHF, 380-520 MHz. LiIon Battery. Must meet Project 25 standards/JF12 certified. Quantity: 1 0003 CHARGER, BATTERY, SIX BAY, MULTI-CHEM Part number: 5630600361, or equal. Quantity: 1 0004 BATTERY, VP600 SERIES, LI-ION, IMMERSION RATED Part number: 5875700374, or equal. Quantity: 1 0005 ARMADA, CD MEDIA (R/B 023060120003) Part number: 023060120002, or equal. Quantity: 1 0006 5100 KEY LOADER CABLE, MODIFIED MOT TDN9390D Part number: 5855000932, or equal. Quantity: 4 0007 4YR EXTENDED WARRANTY (PORTABLE OR MOBILE)**AIR** 0008 Freight 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: Andrews AFB, Maryland 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal; 52.212-1 - Instructions to Offerors--Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids; 52.252-1 - Solicitation Provisions Incorporated by Reference; 52.252-5 - Authorized Deviations in Provisions. The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation; 52.211-17 - Delivery of Excess Quantities; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); 52.219-6 - Notice of Total Small Business Set-Aside; 52.222-3 - Convict Labor; 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; 52.222-50 - Combating Tricfficking in Persons 52.222-21 - Prohibition of Segregated Facilities; 52.225-13 - Restrictions on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management; 52.223-3 - Hazardous Material Identification and Material Safety Data; 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; 252.204-7004 - Alternate A, System for Award Management; 252.204-7006 - Billing Instructions; 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 - Wide Area Workflow Payment Instructions. The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All quotes must be sent via e-mail to SrA James Barrett at james.barrett@afncr.af.mil. Quotes shall be submitted no later than 12:00 PM EST, 19 September, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-13-T-0024/listing.html)
 
Place of Performance
Address: Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03186936-W 20130915/130913235031-031e1da1c1249d0e0fc71786f4797f9e (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.