COMMERCE BUSINESS DAILY ISSUE OF MARCH 28, 2001 PSA #2817
SOLICITATIONS
59 -- TWO-WAY RADIOS
- Notice Date
- March 26, 2001
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
- ZIP Code
- 20705
- Solicitation Number
- FSIS-7-B-01
- Response Due
- April 10, 2001
- Point of Contact
- Madonna Langley, Contracting Officer, Phone (301) 504-4228, Fax (301) 504-4276, Email madonna.langley@usda.gov -- Tawana Nathan, Contracting Officer, Phone (301) 504-3996, Fax (301) 504-4276, Email
- E-Mail Address
- Madonna Langley (madonna.langley@usda.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation 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 No. FSIS-7-B-01 is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through FAC 97-23. The applicable NAICS Code is 443112 and the size standard is 500 employees. This requirement is set aside for small business. The United States Department of Agriculture, Food Safety and Inspection Service (FSIS) has a requirement for Kenwood Model TK360G or Motorola Model HT750 or equal brand of two-way radios. The radios shall have at least 2 or more channels and weigh approximately .88 lbs. with battery and antenna but no more than 15.5 ounces; the radio size and battery shall be approximately 2-5/16 x 5-5/16 x 1-1/4 inches and the antenna impedance of 50 Ohms. The radios shall transmit clearly in a high and extremely high noise industrial environment and within a radius of at least 200,000 square feet with a radio frequency of UHF M406.225000 and M415.225.00. The two-way radio shall perform in both low and high temperatures (_22F to +140F and _30C to +60C degrees), withstand water, humidity, dust and shock resistant. The radio shall come with a belt clip and user manual. Other radio accessories that shall be offered as optional equipment are: Battery charger, 120V single-unit rapid charge & 120V (6) multi-unit rapid chapter; 7.5V nickel cadmium battery; standard remote speaker microphone; earpiece (over head); and wired on-ear receiver with 18_ cable. The two-way radios shall allow comfortable movement of hands and body with hearing and talking devices; lightweight and small so that it can be worn on or with the standard uniform (white coat, hard hat and head cover). The two-way radios shall have the capability to accommodate for hearing accessories that fit over the ear or in the ear along with the standard noise protectors (earplugs) and/or fit over the head to cover the ear and fit under the standard head protector (hard hat & head cover). Delivery is FOB Destination to Washington, DC. The Government intends to make a single award, Requirements contract with a minimum purchase estimate of 120 two-way radios along with accessories for fiscal year 2000. The award will include four one-year option periods. The contract shall provide prices per unit and per accessory on a fixed price basis. Pricing is to be provided for fiscal year 2000 plus four option years, priced separately. The evaluation criteria will consist of the following areas: size, weight, transmission, durability, past performance and cost. The award will be made to the responsible offeror whose proposal provides the best value to the Government based on conformance to FSIS specifications and price. In response to this solicitation, offerors shall provide the following information: company name, address, telephone number, price, delivery time, payment terms, taxpayer identification number, completed FAR provision 52.212-3, and the signature of an authorized representative. Proposals for a product, other than the Kenwood Model TK370 or Motorola Model HT750 must provide enough technical data to demonstrate the ability to meet the Governments requirement and shall provide 2 units for evaluation purposes only (which will be returned), prior to award, at no expense to the Government. The following provisions and clauses are incorporated in this solicitation by reference and are available in full text at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors -- Commercial Items. In accordance with FAR 52.212-1 (b), the Agency specifies that submissions shall be made utilizing the Standard Form 1449. FAR 52.212-2 Evaluation -- Commercial Items. In accordance with this clause the following evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: size, weight, transmission, durability, past performance and cost. Technical and past performance, when combined, are significantly more important than cost or price. FAR 52.212-3 Offeror Representations and Certifications_Commercial Items. Completion of this clause is required with submission of proposals. FAR 52.212-4 Contract Terms and Conditions_Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, Paragraph b (1, 12 and 24), FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT -- (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notices does not commit the Government to an extension; (b) If the Government exercises this option, the extended contract shall be considered to include this option clause; (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52-216-18 ORDERING_In accordance with this clause such orders may be issued from date of award through September 30, 2001. The following clauses are issued in full text. FAR 52.216-19 ORDER LIMITATIONS -- (a) Minimum Order. When the Government requires supplies or services by this contract in an amount less that $500 the Government is not obligated to purchase nor is the Contractor obligated to furnish those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor_(1) Any order for a single item in excess of -$0-; (2) Any order for a combination of items in excess of _$0-; (3) A series of orders from the same ordering office within 10 days that together call for a quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitation in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor_s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-21 REQUIREMENTS -- (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government_s requirements do not result in orders in the quantities described as _estimated_ or _maximum_ in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services form another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor_s and Government_s rights and obligations with respect to that order to the same extent as if the order were completed during the contract_s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2005. SUBSTITUION OF EQUIPMENT: This clause acknowledges that from time to time some of the contracted equipment may not be readily available or permanently go out of production. The contractor may request a one time or permanent substitutions of one or more of the contract line items. Such requests shall be made in writing to the Contracting Officer at least 30 days prior to unavailability of equipment and shall meet the following conditions: (a) the replacement item(s) must meet or exceed all contract specifications applicable to the item being replaced; (b) the replacement item(s) must be acceptable to the Contracting Officer and the Contracting Officer_s Technical Representative or Project Officer; (c) the replacement item(s) must be approved in writing by the Contracting Officer. The fact that the contractor requests a replacement shall not extend the required delivery dates of any items. INVOICE SUBMISSION: Invoices shall be submitted to the following address USDA, FSIS, ASD, Acquisitions and Agreements Section, Mail Drop 5230, 5601 Sunnyside Avenue, Beltsville, MD 20705-5230. PROPOSAL SUBMISSION REQUIREMENTS: The Contractor shall submit an original and one copy of the proposal. Proposals must be received in the Acquisitions Office by 3:30 pm. EDST, April 10, 2001. For information regarding this solicitation, please contact Madonna Langley, Contracting Officer on 301-504-4228. Submissions should be sent to: USDA, FSIS, ASD, Attn: Madonna Langley, Mail Drop 5230 Location #2L188D, 5601 Sunnyside Avenue, Beltsville, MD 20705-5230.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FSIS-7-B-01&L=3505)
- Record
- Loren Data Corp. 20010328/59SOL008.HTM (D-085 SN50H392)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on March 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|