Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

DA & AF National Guard Bureau, USPFO for Montana, P.O. Box 1157, Helena, MT 59624-1157

58 -- FIREFIGHTER RADIOS AND INTERCOM SYSTEM SOL DAHA24-00-Q-0002 DUE 030700 POC Mary Jenks, (406)841-3411, Purchasing Agent, Major Dean McLain, (406)841-3405, Contracting Officer E-MAIL: click here to contact the purchasing agent via email, jenksmb@MT-ARNG.ngb.army.mil. This is a combined synopsis/solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation DAHA24-00-Q-0002 is issued as a solicitation/request for quote and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-14. The proposed contract is 100% set aside for small business concerns. The Government shall consider all sources certified as small businesses that submit proposals in a timely manner. The SIC code and small business size standard for this procurement are 4812 and 1500 employees respectively. The quoter must state their size in their quotation for this procurement. The delivery, installation, programming and training will take place at Fort Harrison, Helena, Montana, 59624-1157. This is a Firm-Fixed Price requirement for the following equipment as listed: 1. One (1) each, base station (brand name or equal to Motorola CDM 1550); 25 Watt; 120 plus channels; full band VHF frequency range of 136-174 MHz; alpha numeric display; able to scan 16 plus channels; tone operated channel guard; computer base programmable with microphone; 12.5/25 kHz switchable channel spacing. 2. Twenty four (24) each, hand held radios: (brand name or equal to Motorola HT 1250 w/o keypad); full band VHF Freq. range 136 -- 174, 128 channels; 12.5/25 kHz switchable channel spacing; 16 channel duel priority scan; alpha numeric display; includes an antenna, remote, speaker microphone (noise canceling). 2a. Forty-eight (48) each ultra high capacity batteries for the radios in item 2.; 2b. Twenty-four (24) each 110v single unit rapid charger to be used with items in 2., computer base programmable, must include adapter cord to fit Saxon200m/us. 2.c. Twenty-four (24) each protective cases for the items in 2., water and fire protective. 3. (Unpriced) Five station/position intercom systems (brand name or equal to Fire Com 3015), comprised of: 3a. Four (4) each intercom stations, must include five stations; driver, crew chief, jump seat 1, jump seat 2, pump panel. 3b. Four (4) each intercom system shall include four headset plug-in modules with cables and all the necessary cabling, brand name or equal to Fire Com HM-10. 3c. One (1) each headset plug-in module, brand name or equal to Fire Com PP-20. 3d. Four (4) each under the helmet headsets, brand name or equal to Fire Com UH-10 hearing protective radio transmit headsets (24 DN-NRR). The driver must be able to move his head set to the pump panel station and transmit over the radio. All stations must be able to talk back and forth and hear all radio transmissions with digital message recorder and be able to record inbound radio messages and memos. Must meet NFPA 1500 standards. 4. Nine (9) each vehicle radios (brand name or equal to Motorola CDM 1550) with 25 watt, 120 plus channels, full band VHF frequency range of 136—174 MHz, alpha numeric display, able to scan 16 plus channels, tone operated channel guard, computer base programmable with microphone, 12.5/25 kHz switchable channel spacing, must have the same options as the base station and be able to interface with the Fire Com 3015 or equal intercom system. 5. (Unpriced) Hand held radio interfaces comprised of: 5a. Two (2) each Hand held interface, brand name or equal to Fire Com HH-10. 5b. Two (2) each hearing protective devices for under the helmet radio transmit headsets (24DB-NRR) (Fire Com UH-10) or equal. 6. Two (2) 1/4 mobile antennas with L-bracket and cable. 7. One (1) job, installation of the base station at the Fort Harrison Fire Station, the vehicle radios and intercom system. 8. One (1) job, purchase and installation of software and/or hardware necessary to program the radios. 9. One (1) job, programming of nine (9) vehicle radios and twenty-four (24) hand held radios. 10. Four (4) each hours of training required to program/use the radios. Your firm fixedprice quote shall be itemized and reflect pricing on all items above, to include shipping. Include all product specifications, a complete description of the warranty and replacement provisions, training and/or customer support available. Equipment and training is required no later than 10 April, 2000. Evaluation of quotes will be based on conformity to the synopsis/solicitation, price, technical capability of equipment, proposed delivery schedule and past performance. Vendors are requested to submit past performance information, including points of contact on the last three contracts for similar equipment. The following Federal Acquisition Regulation clauses are incorporated by reference and can be viewed through the Internet access at: http://www.arnet.gov/far. 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offers -- Commercial; 52.212-2, Evaluation -- Commercial Items, the quote must have attached the Offeror Representation and Certifications -- Commercial Items in accordance with FAR 52.212-3; 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders -- Commercial Buy American Act-Supplies; 252.211-703, Brand Name or Equal; FARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payment Program. Offers must be sent in hard copy, NO FAXED proposals will be accepted, to USPFO, Purchasing and Contracting, 1 Mitchell Way, Helena, Montana, 59601 or P. O. Box 1157, Helena, Montana 59624-1157 not later than 7 March, 2000. Effective 1 June, 1998, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving a contract award. You can register in the CCR by calling 1-888-352-9333, or via the Internet at http://ccr2000.com. The contact for information regarding this solicitation may be reached between the hours of 7:30 a.m.and 5:00 p.m. Mountain Time, Monday through Friday. The Contracting Officer is Major Dean P. McLain. Award will be made on or about 10 March, 2000. See Note 1. Posted 02/18/00 (W-SN426911). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0185 20000223\58-0005.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page