Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2005 FBO #1195
SOLICITATION NOTICE

16 -- radio control units, receiver transmitter (R/T) assemblies, and accessories.

Notice Date
3/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAN6000-5-01148CMM
 
Response Due
3/18/2005
 
Archive Date
4/2/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center MacDill, AFB FL to provide radio control units, receiver transmitter (R/T) assemblies, and accessories. This constitutes the only Request For Proposal (RFP), written offers are being requested; and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000-5-01148CMM. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-27. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery Alt I.(APR 1984), Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-2 Evaluation ? Commercial Items (Jan. 1999) (*See text below), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2005) (Sections 14, 15,16, 17, 18, 19, 20, 24, and 31), 52.214-21 Descriptive Literature (Apr. 2002), 52.242-15 Stop-Work Order (Aug. 1989), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), , 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000) 1352.209-73 Compliance with the Laws (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (**See text below), 1352.215-73 Inquiries (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000)(Firm-Fixed Price Purchase Order), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000). Agency protests filed with the Contracting Officer shall be sent to Mr. William J. Becker, 601 E 12th Street, Room 1756, Kansas City, MO 64106. 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hanger 5, MacDill, AFB FL 33621. 1352.252-70 Regulatory Notice (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Friday, March 18, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature; and 5) references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide four (4) Rockwell-Collins radio control units Model CTL-22C, Product Number (PN) 822-1120-0007, four (4) Rockwell-Collins VHF radio R/T Model VHF-4000E, PN 822-1872-101 (or its equivalent), four (4) Rockwell-Collins VHF radio mounts for Rockwell-Collins VHF R/T, Model VHF -4000E, PN 622-9670-001 (or its equivalent), four (4) Rockwell-Collins Connector kits for Rockwell-Collins VHF R/T, Model VHF-4000E, PN 653-9079-005 (or its equivalent), four (4) Rockwell-Collins Connectors for radio control units Model CTL-22C, PN 359-0305-570. The contractor shall provide the radio control units, R/T assemblies, and accessories per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation, and warranty information. This equipment will be utilized for NOAA aircraft communications. At a minimum: Radio Control Unit Requirements: ?The Rockwell-Collins CTL-22C, PN 822-1120-007 radio control unit necessary in order to maintain operational and spares commonality between existing radio control units on NOAA Aircraft N49RF. These items are part of a NAV upgrade effort. Size is critical to fit. General Requirements: ?R/T shall be separate and remote from the control unit. ?R/T shall be of a design for commercial Business Class or Regional Airline aircraft use. ?All components shall be new, current production units. VHF Receiver Transmitter (R/T) Assembly requirements: ?The R/T shall be fully compatible with Rockwell-Collins CTL-22C, PN 822-1120-007 for: ON, OFF, SQUELCH OFF, VOLUME and Frequency Selection. ?Frequency coverage 118.000 to 151.975 MHz. ?Minimum transmit power: 18 Watts. ?The R/T shall be a widely implemented commercial unit, such that the exact part number or plug-and-play replacements shall be readily available for emergency loan or swap in accordance with best commercial practices for commercial avionics. ?Receiver audio output shall include a digital interface and standard aircraft analog (100 mW, 600 Ohm) interface. ?Transmitter microphone input shall be fully compatible with standard aircraft carbon or transistorized dynamic microphone. ?R/T size shall not exceed 3.5?high x 2.5?wide x 15?deep. ?R/T weight shall not exceed 4 pounds. ?Commercial Warranty (minimum 2 years) ?Certifications shall include: TAA TSO C37d, C38b, and C128; RTCA DO-160D Change 1; ICAO Annex 10; EUROCAE ED-14A. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? VHF R/T, PN 822-1872-101 (or equivalent) 4 ea $__________ $__________ CLIN #2 ? Rockwell Collins Radio Control Units, PN 822-1120-007 4 ea $_________ $___________ CLIN #3 ? VHF R/T mount, PN 622-9670-0001 (or equivalent) 4 ea $_________ $___________ CLIN #4 ? VHF R/T connector kit, PN 653-9079-005 (or equivalent) 4 ea $_________ $___________ CLIN #5 ? Rockwell Collins connector, PN 359-0305-570 4 ea $_________ $___________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, manuals, schematics, mechanical drawings for operation, and warranty. DELIVERY SCHEDULE: Required Delivery: April 22, 2005, but NLT May 31, 2005 (Assuming that the Government will make award by March 28, 2005.) Proposed Delivery: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WILL RENDER THE OFFER NON-RESPONSIVE. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *Insert data for FAR 52.212-2 (a) The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Warranty. Ability to meet or exceed the Government?s minimum requirement. Delivery schedule. Ability to meet or exceed the Government?s delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. **CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. (1) Technical Capability (2) Price reasonableness. (3) Ability to meet specified Delivery schedule. (4) Past Performance. (5) Commercial Warranty.
 
Place of Performance
Address: NOAA AIRCRAFT OPERATIONS CENTER, 7919 HANGAR LOOP DRIVE, HANGAR 5, MACDILL, AFB FL 33621
Zip Code: 33621
Country: USA
 
Record
SN00761707-W 20050305/050303211646 (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.