SOLICITATION NOTICE
58 -- BROADCAST UPGRADE
- Notice Date
- 4/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00189-07-T-0222
- Response Due
- 4/13/2007
- Archive Date
- 4/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-07-T-0222. A subsequent solicitation document will not be issued. This is a 100% Small Business Set-Aside. The NAICS code is 334220 and the Small Business Standard is 750 employees. The Fleet and Industrial Supply Center Norfolk intends to purchase on a brand name basis the following items: (1) One each, P/N: DT9400, Tactical Laptop Computer. (2) One each, P/N: RA1000D, 1000W HF Amplifier. (3) One each, P/N: RT7000FALCUPGKIT, RT7000 FAST ALC UPGRADE KIT. (4) One each, P/N: RAT1000C, Tuner Auto ANT, 1KW with 100CH MEM. (5) One each, P/N: C991974, RT7000 ACC#1 RS232 9D Cable. (6) One each, P/N: C992132, RT7000ACC2 to DB9F Serial Data. (7) One each, P/N: C991964, TW7000 ACC#1 Serial CBL 9D F. (8) One each, P/N: C991963, TW7000 ACC#2 Serial CBL 9D F. F.O.B. Destination to Norfolk, VA 23521. Required Delivery Date is 30 May 2007. Manufacturer: DATRON World Communications Inc., 3030 Enterprise Court, Vista, CA 92081. Telephone: (800) 405-0744. Brand Name is Mandatory in accordance with the following documentation: The TSV-1 PREVAIL has an existing DATRON RT-7000 Transceiver currently installed as the transmitter for HF DATALINK to support the Commander, Strike Force Training Atlantic N2 mission during integrated exercises. The current installation only puts out 125W power, which in insufficient. Using DATRON equipment will enable us to complete this upgrade to 1KW power out with no issues of equipment compatibility and will ensure the system can be installed within the four day period we have to accomplish the upgrade. Purchasing other equipment could cause significant interfacing problems, system unreliability, insufficient signal range, and the inability to install the equipment in the four day window which will impact training events scheduled for COMPTUEX/JTFEX during July 2007. The existing system already installed onboard TSV-1 PREVAIL is a DATRON RT 7000 HF Transceiver. The DATRON equipment we are requesting is specifically built to interface with this transceiver and will enable it to transmit efficiently at 1KW power out, a CSFTL approved exercise training requirement. The material ordered includes all cabling and hardware needed to amplify, couple, and tune the HF signal to the required frequency at sufficient power levels needed for the range to the battle group assets being trained. The following FAR provisions and clauses are applicable to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003). 52.232-36 Payment by Third Party ( MAY 1999) 52.215-5 Facsimile Proposals (OCT 1997). 52.247-34 F.O.B. Destination (NOV 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003). Offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 4:30 p.m. EST on 13 April 2007. Offers can be emailed to mary.e.williams1@navy.mil or faxed to 757-443-1333, Attn: Mary E. Williams. Telephone: (757) 443-1340. Reference RFQ N00189-07-T-0222, on your proposal.
- Record
- SN01269539-W 20070411/070409221847 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |