SOLICITATION NOTICE
58 -- X-Wing SATCOM Antennas
- Notice Date
- 3/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-05-T-0024
- Response Due
- 3/31/2005
- Archive Date
- 4/15/2005
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 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 H92239-05-T-0024 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2001-26. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is unrestricted. The NAICS Code is 334220 and the size standard is 750 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 - Trivec-Avant AV 2090-7S or Chelton 19-429MM High Gain LOS UHF Satellite Communication X-Wing Antenna; minimum frequency range (FR) 230-395 MHz (must have high and low take-off angle to cover FR), minimum VSWR 1.5:2 (high angle) and 3.0:2 (low angle), minimum gain +6.0 dbic (high angle) and +2.5 dbil, accepts minimum 150 watts CW, 50 ohm impedance, magnetic mounts, connectors N female (high angle) and TCN female (low angle), non-collapsible (fixed) wings, compatible with MilStd 810, finish is low glare desert sand, Quantity: 165 EACH and CLIN 0002 - Trivec-Avant AV 2090-10 Foldable High Gain LOS UHF Satellite Communication Antenna; all minimum specifications are the same as CLIN 0001 with the exception of; collapsible (foldable) wings, Quantity: 60 EACH. Offers of substitute (i.e., OR EQUAL) items to those of the manufactures and models shown in the CLIN descriptions (above) are acceptable, however, non-conforming supplies will be returned to the contractor at the expense of the contractor. Offerors proposing OR EQUAL items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 (below) for additional instruction. Point of delivery and acceptance is HQ USASOC PBO/PCA, Bldg AT-5730 Pratt Street, Fort Bragg, NC 28310. The Required Delivery Date (RDD) is not later than 4:00 p.m.(EST), 01 June 2005. Refer to the Evaluation Factors iterated in FAR 52.212-2 for additional instruction regarding delivery. If offer is FOB Origin, shipping charges (to be paid on a cost-reimbursable basis) shall be delineated separate from CLIN pricing. If offer is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation charges. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLIN 0001 and 0002, all quantities, 01 Jun 05; and (b), based on the assumption that the successful offeror(s) receive notice of award by 05 Apr 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Delivery, and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. It is incumbent on offerors to provide complete specifications for OR EQUAL items offered which demonstrates the substitute items categorically satisfy the minimum requirements of required items. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall present a detailed delivery schedule for any proposed alternate schedule. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. 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 Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92239-05-T-0024 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and reference; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 31 Mar 2005. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 25 Mar 05. Any questions submitted thereafter will be entertained, however, the due date for quotes will not change. Questions should be directed to the John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
- Place of Performance
- Address: HQ USASOC, Desert Storm Drive, Fort Bragg NC
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00769499-W 20050317/050315213201 (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 |