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