Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

58 -- UHF AM Transceiver Radio Set

Notice Date
9/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD12T0109
 
Response Due
9/25/2012
 
Archive Date
11/24/2012
 
Point of Contact
Christopher Hunsberger, 401-275-4273
 
E-Mail Address
USPFO for Rhode Island
(christopher.l.hunsberger@us.army.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. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W912LD-12-T-0109 is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 27 August 2012. All responsible sources may submit an offer to be considered by the agency. 2. This solicitation is set aside for small business opportunities. This is a BRAND NAME OR EQUAL requirement. Any item with the same salient, physical, functional, and performance characteristics of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An equal item will be deemed equal and technically acceptable if it has all the characteristics listed under CLIN 0001 below. Evaluation Criteria to obtain Best Value to the Government will be Price, see clause 52.212-2, "Evaluation Procedures", for further details on evaluation procedures. The North American Industry Classification System (NAICS) Code is 334220 ("Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing"). 3. The Government will award a firm fixed price contract for a UHF AM Transceiver Radio Set for the 143 RIANG Operations Group located at North Kingstown Rhode Island. The following items are being procured: Description: CLIN0001: UHF AM Transceiver, Morcom International Model VTR-100/U Radio Set OR EQUAL Salient characteristics include the following; Frequency band of 225 to 399.975 MHz with 25 KHz spacing Operating modes- A3E AM Minimum of 100 programmable channels Must contain backlit controls Power output minimum of 4 watts MIL-C-5516 connectors to allow for use of H-189/GR or H-250/U handset compatibility Operable in -20C to 55C temperature range All vehicle mounting hardware to be operable in vehicle with a 12V DC power supply(to include antenna and handset). Quantity: 1 Each 4. Delivery Information FOB: Destination Delivery Date: 30 days after date of contract Delivery address: 143AW RIANG Operations Group 1 Minuteman Way North Kingstown, RI 02852 5. Clauses & Provisions It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: FAR 52.204-99 (Deviation) System for Award Management; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.232-23 Assignment of Claims; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; Far 52.246-1 Contractor Inspection Requirements; FAR 52.246-16 Responsibility for Supplies; FAR 52.249-1 Termination for Convenience of the Government; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 ALT A Required Central Contractor Registrations; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website www.sam.gov; if Representations and Certifications have been completed on System for Award Management (sam.gov) provide DUNS code. 6. The contracting office address is as follows: USPFO-RI P&C 143rd Air Wing Base Contracting Office ATTN: TSgt Christopher Hunsberger 330 Camp St. Providence, RI 02906 7. All quotes must be sent via e-mail to TSgt Christopher Hunsberger at Christopher.l.hunsberger@us.army.mil or via facsimile (fax) at 401-275-4305. Quotes shall be submitted no later than 1:00 PM EST, Tuesday, 25 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD12T0109/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02889432-W 20120921/120920000255-293024a4fb9f3aed92cfe39e8a1fd475 (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 |
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.