Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

58 -- Purchase of Flyaway Antenna System w/Disconnect Waveguide Kits

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Federal Emergency Management Agency, Office of Financial Management, MWEAC Satellite Procurement Office, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
EMV-2002-RQ-0011
 
Response Due
3/11/2002
 
Archive Date
3/26/2002
 
Point of Contact
Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632, - Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632,
 
E-Mail Address
sandra.nixon@fema.gov, sandra.nixon@fema.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. EMV-2002-RQ-0011, issued as a Request for Quotation (RFQ) is for the purchase of Flyaway Antenna System and Quick Disconnect Ku-Band Waveguide Kits for the Antenna System. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular No. 2001-03, dated 12/27/01. This procurement is issued on a non-restricted basis, NAICS Code 334220/small business size standard is 750 employees. Multiple awards may result from this solicitation via the issuance of a firm-fixed-price simplified acquisition order(s) or a credit card award(s). Items are req'd to be delivered, FOB Destination, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135, which is also the place of inspection & acceptance. Gov't desires delivery w/n 30-60 days (or sooner) after receipt of order. The following items are to be provided: ITEM 1. 1 EA Flyaway Antenna System, 2.4 Meter Lite, C, X, Ku-Band, Carbon Fiber Composite, Manual Elevation & Azimuth Adjustment Mechanisms, Two Port, TX/RX, Ku-Band, LP Feed, TX:13.75 - 14.5GHz, RX: 10.95 - 12.75 GHz, Manual Feed Polarization Drive, Shipping Cases, Vertex RSI Model Number 24SFK2L, or approved equal. [MANDATORY: System must be C-Band, X-Band, and Ku-Band capable. Must have adequate shipping cases for transporting the disassembled satellite system easily and conveniently. Easy Deployment: Two person assembly, captive hardware, precision alignment. INTELSAT & EUTELSAT Compliant. Must meet the following environmental requirements: Wind: Operational (w/ballast) 30 mph (48km/h) Gusts to 45 mph (73km/h); Survival (w/tie-downs) 60 mph (97 km/h) Gusts to 75 mph (121 km/h); Ambient Temperature Operational: +5 to 122 Degrees F (-15 to 50 Degrees C), Survival: -22 to 140 Degrees F (-30 to 60 Degrees C); Relative Humidity (Operational & Survival 0% to 100%; Solar Radiation 360 BTU/h/sq.ft. (1000 Kcal/h/sq.m.); Shock & Vibration-As encountered during shipment by commercial air, sea, or land; Corrosive Atmosphere-As encountered in coastal regions &/or heavily industrialized areas.] ITEM 2. 2 EA Quick Disconnect Ku-Band Waveguide Kits for the Vertex 2.4m Ku-Band Satellite Antenna. [MANDATORY: Quick Disconnect Kits must be compatible with the Satellite Antenna System shown in Item 1.] EVALUATION: The Gov't will make award(s) to the responsible offeror(s) whose offer conforming to the stated requirements will be most advantageous to the Gov't, price & other factors (i.e., past performance and quality) considered. Technical is of greater importance when compared to price, therefore, the Gov't will utilize Best Value procedures IAW FAR Subpart 13.106 in making award. A best value determination will then be made based on: (a) past performance, (b) quality, and (c) price. Past performance and quality are considered to be of equal technical value. DESCRIPTIVE LITERATURE (reference FAR 52.214-212): Failure of an offeror to submit descriptive literature for a proposed "or equal" product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies w/the requirements stated above will result in the rejection of that product. Offerors are to submit, as part of their response, three recent sources that can verify past performance of similar items of comparable dollar value (include current point of contact and telephone number of each source). Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" w/their response. The following FAR clauses also apply: 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," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," and 52.225-1 "Buy American Act--Balance of Payments Program--Supplies," 52.232-34 "Payment by Electronic Funds Transfer--Other than Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Due date for receipt of responses to this RFQ will be COB (4:00 PM, EST) 03-11-2002 to FEMA, MWEAC, 19844 Blue Ridge Mountain Rd., Bluemont, VA 20135, ATTN: Ms. Sandi Nixon, Bldg. 413 or electronically to sandra.nixon@fema.gov (electronic is preferred). RFI's regarding this RFQ are to be addressed to Ms. Nixon at PHONE 540/542-2303, FAX 540/542-2632 or electronic mail. Technical and/or administrative questions must be received by Ms. Nixon NLT 5 business days following the publication date of this notice and may be fax'd to the number shown above or sent via electronic mail. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Bluemont, VA 20135
Zip Code: 20135
Country: Loudoun
 
Record
SN00030802-W 20020227/020225213335 (fbodaily.com)
 
Source
FedBizOpps.gov 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.