SOLICITATION NOTICE
59 -- ANTENNA SYSTEM, TV
- Notice Date
- 9/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, American Forces Information Service/Television-Audio Support Activity, T-ASA Contracting Office, 1363 Z Street, Building 2730, March ARB, CA, 92518-2017
- ZIP Code
- 92518-2017
- Solicitation Number
- mda113-03-R-0018
- Response Due
- 9/30/2003
- Archive Date
- 10/15/2003
- Point of Contact
- Richard Talbert, Contracting Officer , Phone 909-413-6741, Fax 909-413-2432, - Artimae Shepherd, Contracting Officer, Phone 909-413-2303, Fax 909-413-2432,
- E-Mail Address
-
talbertr@dodmedia.osd.mil, shepha@dodmedia.osd.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation is issued as request for proposal (RFP) MDA113-03-R-0018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This action is 100% set-aside for small business and the associated NAICS code is 334220 and the small business size standard is 750 employees. The Small Business Competitiveness Demonstration Program is not applicable. The contract line item number is 0001 for 100 each complete units. Description: ANDERSEN MANUFACTURING, INC. SATELLITE; 2-PIECE, 1.5 METER DISH; HYDROFORMED SOLID METAL REFLECTOR; INCLUDES FOLLOWING OPTIONS: C-BAND CIRCULAR LEFT OR RIGHT FEED HORN, & KU-BAND SINGLE POLARITY LINEAR FEEDHORN (P/N KU850/OP120); STANDARD ACCESSORIES: RING MOUNT & CARDBOARD SHIPPING CONTAINER In accordance with FAR 11.104(b) the required salient characteristics this brand name item are as follows: dish must be of aluminum construction, packaged weight can not exceed 35 pounds, must be equipped with two feed horns for either C band or KU band operation and must not exceed dimensions of 64?X36?X24? for portability and to pre-position the antennas within existing carrying cases. Delivery is to be within 90 days after the receipt of order to AFRTS/BC; 1363 Z Street (BLDG 2730); MARCH ARB, CA 92518 with inspection, acceptance and FOB point at MARCH ARB. The provision at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition and there are no addenda to the provision. The provision at FAR 52.212-2, Evaluation?Commercial Items, is applicable. FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. OFFERORS, OTHER THAN BRAND NAME, ARE ENCOURAGED TO SUBMIT COMMERCIAL LITERATURE DESCRIBING THEIR OPERATIONS. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL DESCRIBING HOW THEIR PRODUCT(S) MEETS THE REQUIREMENT OUTLINED ABOVE. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS CONSIDERED TECHNICALLY ACCEPTABLE, CONSIDERING PRICE AND PAST PERFORMANCE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER REPRESENTS THE BEST VALUE FOR THE GOVERNMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT Offerors are to Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition there are no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items, applies to this acquisition additional FAR clauses cited in the clause are applicable to the acquisition. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-3 Buy American Act-Supplies (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004, Required Central Contractor Registration (NOV 2001). No additional contract requirement(s) or terms are applicable. Defense Priorities and Allocations System (DPAS) DO-A7 applies. No Numbered Notes are applicable As this publication constitutes the solicitation request for a copy of the RFP shall be ignored.
- Place of Performance
- Address: 1363 Z Street (BLDG 2730); MARCH ARB, CA
- Zip Code: 92518-2017
- Country: USA
- Zip Code: 92518-2017
- Record
- SN00442253-W 20030927/030925213353 (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 |