Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
SOLICITATION NOTICE

58 -- UHF Antenna System

Notice Date
3/31/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0038
 
Response Due
4/7/2004
 
Archive Date
4/22/2004
 
Point of Contact
Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-4917, Fax 229-257-4032,
 
E-Mail Address
kelli.justice@moody.af.mil, bryan.ewing@moody.af.mil
 
Description
This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-04-Q-0038 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2004-0205, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 96-5(2). For informational purposes The Standard Industrial Classification Code is 3663. The North American Industry Classification System is 334220. The size standard is 750 Employees. The BID SCHEDULE shall be for CLIN 0001 Portable UHF Antenna SystemTwenty-Five each EDO Electronics Model Number DM SE78-2-2 (or equal) antenna EDO Electronics Model Number DM C125-2 (or equal), tripod EDO Electronics Model DM EM5-1 (or equal), carrying case EDO Electroncis Model Number DM CC2-1 (or equal) and cable assembly EDO Electroncis Model Number DM U133-1-1 (or equal); must store within a 4.4" x 2.25" configuration; frequency range 244-318 MHZ; VSWR 1.5:1; gain +5 DB respect to circular isotropic; impedance 50OHMS; power (max) 100W CW; polarization RHCP; 3 DB beamwidth 100 degrees nominal; radiation pattern hemisperical; connector BNC female; weight 1.0lbs; deployment 30 seconds; operation temperature -25 degrees F to +160 degrees F; storage temperature -54 degrees F to +250 degrees F; antenna storage size 4.4"X2.25"X2.25", finish must be lusterless black. CLIN 0002 Additional Cable Assemblies Twenty-Five each EDO Electronics Model Number DM U133-1-1 (or equal). CLIN 0003 Shipping and Handling FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. Interested firms may identify their interest and capability to respond to the requirement. All responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources shall include in their written RFQ, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the lowest priced technically acceptable offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-6, Brand Name or Equal; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.233-3 Protest After Award; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 25.222-35 Equal Opportunity for Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.22-37 Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act, FAR 52.225-13;FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-15 Sanctioned European Union Country End Products; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241),. The Defense Priorities and Allocations System (DPAS) rating is A70. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. EST ON 07 Apr 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is A1C Kelli Justice, 229-257-3226, 229-257-4032 fax or SSgt Bryan Ewing, 229-257-4917.
 
Place of Performance
Address: 7196B Savannah Road, Moody AFB, GA
Zip Code: 31699
Country: United States
 
Record
SN00557487-W 20040402/040331212131 (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 |
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.