SOLICITATION NOTICE
99 -- Handheld Multiband Radios
- Notice Date
- 6/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92242-12-T-6005
- Archive Date
- 7/3/2012
- Point of Contact
- Linda C. Lareau, Phone: 7577634431, LaVerne L Whitfield, Phone: 757-763-4430
- E-Mail Address
-
linda.lareau@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil
(linda.lareau@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.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. The Request for Quotation number is H92242-12-T-6005. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-58, dated 18 Apr 2012 and DFARS Change Notice 20110518. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued : The Naval Special Warfare Group Four, Naval Amphibious Base, Little Creek, ­Virginia Beach, VA 23459-8838 intends to award a Sole Source Firm Fixed Price contract to Harris Corporation, 1680 University Avenue, Rochester, NY. 14610. The requirement is to supply NAVSCIATTS with 6 RF-310M-HH002 Handheld Radios Item 0001: Harris Corporation RF-310M-HH002 Radio Assy, SURREB, GPS 6 Each Item 0002: 12100-1040-01 Fill Kit, Mission 1 Each Only one responsible source and no other source will satisfy the agency requirement under the North American Industry Classification System (NAICS) code 334220, Size Standard 750 Employee. This is a sole source procurement under the authority of 10 U.S.C. 2304(c) (1) and FAR 6.302-1(b) (1). All responsible sources who feel they should be considered qualified to provide the foregoing product may submit a written Statement of Capabilities. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Feb 2012), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Mar 2012), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Feb 2012), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012), 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-19 Child Labor-- Cooperation with Authorities and Remedies, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Exective Orders--Commercial Items (Deviation)(Mar 2012), The following clauses are applicable to this solicitation: `52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes--Fixed Price, 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Mar 2012)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Jun 20). Quotes shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. All questions shall be sent to the Contract Specialist, Linda Lareau, at (757) 763-4431 or email linda.lareau@navsoc.socom.mil. Not later than 3:00pm 06/15/2012. Information furnished shall include enough detailed documentation to allow the government to perform a proper evaluation. A determination by the government not to compete this proposed requirement will be based upon responses to this notice and is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not a request for competitive proposals. A solicitation will NOT be issued. Any response to this notice must show clear and convincing evidence, that competition would be advantageous to the Government in future procurements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-6005/listing.html)
- Place of Performance
- Address: 2606 Lower Gainsville Road, Stennis Space Center, Mississippi, 39529, United States
- Zip Code: 39529
- Zip Code: 39529
- Record
- SN02764483-W 20120603/120602000244-f6ff9ab3867ddc73654339e799e86adc (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 |