Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOLICITATION NOTICE

58 -- UHF/VHF Multiband Transceiver Radios - RFQ Template

Notice Date
8/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N1D14184AA01
 
Archive Date
9/11/2014
 
Point of Contact
Tyler J. Wilson, Phone: 6624347762
 
E-Mail Address
tyler.wilson.15@us.af.mil
(tyler.wilson.15@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Need for Transceiver requirement RFQ Template provided for contractors to submit quotes. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 & 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N1D14184AA01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition will be full and open competition "Brand Name or Equal". The associated North American Industry Classification System (NAICS) code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The business size standard is 750 employees. Columbus Air Force Base has a need for two (2) 50 Watt Rack Mount Transceiver System, General Dynamics C4 PN# 01-P35849M002 containing the following components: UHF/VHF multi-band transceiver, Rack Mount (URM-100), AC Power Supply(UAC-350), Interface Box, (UIB-100), Handset (PTHS-110), 50 Watt Power Amplifier, (UPA-55) Base Station Antenna, (UVU-200) 100ft Heliax, Antenna Cable (URF-B61-050). The following specifications are required -VHF: 115 MHz to 149 MHz Amplitude Modulated, UHF: 225 MHz to 399 MHz Amplitude Modulated, Tuning increments: 25 kHz Channel Spacing: 25 kHz, Preset Channels: 10 transmit and 10 receive, Output Power: 10 watts average at 80% modulation, External Power amplifier: 50 watts average at 90% modulation Input Power: 110V AC (using AC to DC power adapter if required) in accordance with the attached Statement of Need (SON) dated 7/29/14. All items are BRAND NAME or EQUAL. Manufacturer of Part Numbers provided is General Dynamics C4, Inc. FOB: Destination, delivered to Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.222-41, Service Contract Act of 1965; The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: 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. The following factors shall be used to evaluate offers: TECHNICAL CAPABILITY- All offers will be reviewed to ensure the capabilities of the transceivers and other equipment offered will meet the needs of the Government in accordance with the Statement of Need, dated 29 July 14. Provide cut sheets of products proposed when you submit your quote. PRICE-The price proposed will be included as part of the evaluation. Award will be made in the aggregate, all or none. The Government reserves the right to award without discussions. Contact Tyler Wilson, Contracting Administrator (CA), telephone (662) 434-7762, or e-mail: tyler.wilson.15@us.af.mil Additional contact, Ms. Desiree Snow, telephone (662) 434-7777, or e-mail pauline.snow@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 27 Aug 2014 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N1D14184AA01/listing.html)
 
Place of Performance
Address: 37th FTS, 104 Timeline Road, Bldg 236, Suite 37, columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN03463561-W 20140815/140813235850-5e291b4e15f7745d84e58c2abdadbcde (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.