Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOURCES SOUGHT

58 -- SATELLITE COMMUNICATION EQUIPMENT

Notice Date
8/16/2004
 
Notice Type
Sources Sought
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO 80228-2802
 
ZIP Code
80228-2802
 
Solicitation Number
DE-RQ65-04WG67438
 
Response Due
8/24/2004
 
Point of Contact
CATHERINE CASTLE, Contracting Officer, , ;Frances Gates, Contract Specialist, 602-352-2502, gates@wapa.gov
 
E-Mail Address
Email your questions to Frances Gates, Contract Specialist
(gates@wapa.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation DE-RQ65-04WG67438 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. A fixed price contract will be awarded using Simplified Acquisition Procedures. This procurement is 100% reserved for small business concerns. The North American Industry Classification System code is 334210 and the business size standard is 1,000 or less. Requirement is for RFL ELECTRONICS PARTS (1 ea of a TSAT SCADA 2150 HUB SITE WITH 1.8M ANTENNA, NON-PENETRAING MOUNT, 10M COAX CABLE, AND 24 VDC INPUT POWER. . 2 ea TSAT SCADA RTU SITE WITH 1.2M ANTENNA NON-PENETATING MOUNT, 10M COAX CABLE AND 24 VDC INPUT POWER. 1 TSAT SITE LICENSE FOR UP TO 10 REMOTES. 1 ea EA ON-SITE COMMISSIONING SERVICES TO ?TURN-UP? TSAT SYSTEM ESTIMATED TIME TO PERFORM THIS SERVICE IS 3 DAYS ON SITE. PROVIDE 2 DAYS TRAINING. 1 ea TRAVEL COSTS AND EXPENSES FOR SERVICE ENGINEER TO PERFORM ?TURN-UP? AND TRAINING SERVICES FOR TSAT SYSTEM ,ACTUAL COST SHOULD INCLUDE AIRFARE, HOTEL, MEALS, GROUND TRANSPORTATION,ETC.). The following FAR clauses/provisions are applicable to this acquisition. FAR Clause/Provisions, 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (incorporating FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam and other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-1 Buy American Act-Supplies, 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (31U.S.C 3332), and FAR 52.204-7 Centeral Contractor Registration. Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors Commercial Items and must include a completed copy of provisions 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror must also provide its Data Universal Numbering System (DUNS) Number and Tax Identification Number (TIN). The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors: Technical Specification compliance, past performance, and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. The written proposals and the above, required, information must be received at this office on or before 24 August 2004 by 12:00PM Mountain Time. Point of contact for information regarding this requirement is. Frances Gates, 602-352-2502, FAX 602-352-2483. Faxed responses are acceptable. All responsible sources may submit a proposal, which will be considered by the agency.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/36FEB7F27428C33B85256EF2006D5D7D?OpenDocument)
 
Record
SN00644448-W 20040818/040816211800 (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.