|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1999 PSA#2301189th Air Lift Wing, Contracting Office, 208 Vandenberg Boulevard,
Little Rock Air Force Base, Arkansas 72099 58 -- UHF/VHF TRANSCEIVERS, MOBILE/BASE SOL DAHA0399T8011 DUE 032499
POC Eddie Porter (501) 987-7992 or Tom Campbell (501) 987-6062 E-MAIL:
189 AW Contracting Office, eporter@arlrf.ang.af.mil or
tcampbell@arlrf.ang.af.mil. IMPORTANT NOTICE: DFARS 252.204-7004
"Required Central Contractor Registration" applies to this
solicitation. Lack of registration in the CCR database will make an
offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this
regulation when submitting your quote. Call 1-888-227-2423 or visit the
Internet at http://ccr.edi.disa.mil for more information. 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 number is
DAHA0399T8011. This solicitation is issued as a Request for Quotation.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-10 and Defense
Federal Acquisition Regulations Supplement DCN 19990115 Edition. FAR
clauses may be viewed in full text at the following web sites:
http://farsite.hill.af.mil or http://www.arnet.gov/far. Facsimile
submissions will be accepted. The requirement is unrestricted for full
and open competition; all responsible sources may submit a quote.
Government anticipates award without discussion but reserves the right
to enter into discussions with any bidder/potential bidder at any
time. A firm-fixed price contract is contemplated. The Standard
Industrial Classification (SIC) code for this solicitation is 3663, the
small business size is 750 employees. All items are to be delivered
F.O.B. Destination to: 189 AW/LGC, ATTN. TSgt Eddie Porter, 102
Vandenberg Blvd., Suite 115B, Little Rock AFB, AR 72099-4802. Desired
delivery date is: 01 JUN 99, partial deliveries will not be accepted.
Inspection/Acceptance shall be made at destination. Quotes will be
accepted on a "Brand Name or Equal" basis. The following salient
characteristics are CRITICAL/ESSENTIAL to the Government. Line Item
0001 Quantity: 3 each Mobile Radio Sets Requirement is for a radio
transceiver capable of mobile, 12-volt operation. It must be capable of
both AM and FM modulation. It must be able to operate in 25 kHz and
12.5 kHz tuning increments. The frequency ranges the radio must
transmit and receive are 115 MHz-173.975 MHz VHF, 225 MHz-399.975 MHz
UHF. Radio must be capable of producing the following output power; FM
high power-10 watts, FM medium Power 5 watts, FM low power 0.1
nominal, AM high power 10 watts average, AM low power 5 watts power.
Must provide at least 10 user selectable preset channels. Must be
capable of scanning all channels on a programmable basis. Must also be
capable of interfacing with a military KY57 cryptographic device. Must
include all equipment, manuals and software for programming -- however,
if multiple devices are purchased, only one set is required. Must
include all equipment and accessories necessary for basic
installation/operation in a vehicle (i.e., antenna, cables, connecting
devices, brackets, etc.). Line Item 0002 Quantity: 4 each Base Radio
Sets Requirement is for a radio transceiver capable of fixed
base-station, 110-volt operation. It must be capable of both AM and FM
modulation. It must be able to operate in 25 kHz and 12.5 kHz tuning
increments. The frequency ranges the radio must transmit and receive
are 115 MHz-173.975 MHz VHF, 225 MHz-399.975 MHz UHF. Radio must be
capable of producing the following output power; FM high power-10
watts, FM medium Power 5 watts, FM low power 0.1 nominal, AM high power
10 watts average, AM low power 5 watts power. Must provide at least 10
user selectable preset channels. Must be capable of scanning all
channels on a programmable basis. Must also be capable of interfacing
with a military KY57 cryptographic device. Must include all equipment,
manuals and software for programming -- however, if multiple devices
are purchased, only one set is required. The following brand name
products (line items listed below) are known to be acceptable: Line
Item 0001 Motorola URC-200 UHF/VHF Transceiver W/ Motorola UDD-100A
Vehicular Adapter Kit Line Item 0002 -- Motorola URC-200 UHF/VHF
Transceiver W/ Motorola UAC-100 AC Power Supply for URC-200 In
accordance FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the
following FAR provisions and clauses are incorporated by reference. FAR
clause 52.212-1, Instructions to Offerors -- Commercial, (Aug 1998)
Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an
express warranty which at a minimum shall be the same warranty terms,
including offers of extended warranties, offered to the general public.
Express warranties shall be included in the contract. EVALUATION:
Provision 52.212-2, Evaluation-Commercial Items, (Jan 1999), applies
with paragraph (a) completed as follows: Award will be made to the
offeror/offerors that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable, the offeror must furnish product literature
that demonstrates the productsoffered meet all requirements stated in
the above purchase descriptions as "CRITICAL/ESSENTIAL to the
Government" for Line Items 0001 and 0002. The Government may use any
information at its disposal in determining technical acceptability
evaluation. The Government reserves the right to award to other than a
low-priced offeror and without discussion. Offeror's SHALL complete
the provision at FAR clause 52.212-3, Offeror Representations And
Certifications -- Commercial Items (OCT 1998) and DFAR clause
252.212-7000 Offeror Representations and Certifications -- Commercial
Items (NOV 1995) and submit them with their quote. If a copy of these
certifications is needed, it may be requested by calling the contact
number identified. Quotes that fail to furnish required representations
or information, or reject the terms and conditions of the solicitation
may be excluded from consideration. FAR clause 52.212-4, Contract
Terms and Conditions -- Commercial Items, (APR 1998) applies to this
acquisition. FAR clause 52.212-5, Contract Terms and Conditions
Required To Implement Statutes Or Executive Orders -- Commercial Items,
(JAN 1999) applies to this acquisition. The following are addendum to
FAR provision 52.212-5: 52.222-3: Convict Labor (Aug 1996). 52.233-3,
Protest after Award (Aug 1996). 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I (Jul 1995). 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns, (Jan 1999). 52.219-4 -- Notice of Price Evaluation Preference
for HUBZone Small Business Concerns(Jan 1999). 52.222-21 -- Prohibition
of Segregated Facilities.(Feb 1999. 52.222-26, Equal Opportunity (Feb
1999). 52.222-35, Affirmative Action for Disabled Veterans and Veterans
of the Vietnam Era (Apr 1998). 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 (Jan 1999). 52.239-1
-- Privacy or Security Safeguards. (Aug. 1996). 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity (Jan 1997). 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
(Jan 1999). (The following are addendum to DFAR provision 252.212-7001:
252.225-7001 Buy American Act and Balance of Payments Program. (MAR
1998). 252.225-7012 Preference for Certain Domestic Commodities (JAN
1999). 252.227-7015 Technical Data -- Commercial Items (NOV 1995).
252.227-7037 Validation of Restrictive Markings on Technical Data (NOV
1995). 252.243-7002 Requests for Equitable Adjustment (MAR 1998).
252.232-7009 Payment by Electronic Funds Transfer (CCR) (JUN 1998).
252.225-7002 Qualifying Country Sources as Subcontractors. (DEC 1991).
Parties responding to this solicitation may submit their quote in
accordance with their standard commercial practices (e.g. on company
letterhead, formal quote form, etc.) but must include the following
information: 1) Company's complete mailing and remittance addresses,
discounts for prompt payment, if any (e.g. 1% 10 days), anticipated
delivery/availability of product/s, the company's CAGE Code, Dun &
Bradstreet number (DUNS), Taxpayer ID number, and COMPLETED FAR
52.212-3. Reference Solicitation number on all correspondence. In
addition, if you are quoting on a comparable commercial item, product
literature must be included. All FAR certifications and representations
specified above must also accompany your quote. GOVERNMENT
POINT-OF-CONTACT: All quotes should be clearly marked with the bidder's
name and solicitation number. Quotations are due to the 189 AW/LGC,
ATTN. TSgt Eddie Porter, 102 Vandenberg Blvd., Suite 115B, Little Rock
AFB, AR 72099-4802, no later than 4:00 PM Central Standard time on 24
March, 1999, and will be accepted via fax (501)-987-7986. Electronic
quotes will not be accepted. Points of Contact for information and
questions are: Eddie Porter (501)-987-7992 or Tom Campbell
(501)-987-6062. EMAILADD: eporter@arlrf.ang.af.mil or
tcampbell@arlrf.ang.af.mil Posted 03/10/99 (W-SN306944). (0069) Loren Data Corp. http://www.ld.com (SYN# 0263 19990312\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|