SOLICITATION NOTICE
70 -- Harris AN/VRC-103 T Cases, Antenna Mounts, and Foldable UHF YAGI High Gain Satcom Antennas
- Notice Date
- 3/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131
- ZIP Code
- 64131
- Solicitation Number
- 6TSA-05-PJF-0002
- Response Due
- 3/28/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation: quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-05-PJF-0002 is being issued as a request for quotes (RFQ). The Bill of Materials lists the following requirements: CLIN 1: Harris Corp., RF Communications, Model Number 10564-3460-01, AN/VRC-103 T Case, Quantity 5. CLIN 2: Harris Corp., RF Communications, Model Number 12006-1010-01, Antenna Mount, Tripod, Quantity 5. CLIN 3: Harris Corp., RF Communications or Equivalent, Model Number 12006-9000-01, Foldable UHF YAGI High-Gain Satcom Antenna, Quantity 4, with the following salient characteristics: Operating frequency range: 240-318 MHz.; VSWR: 1.5:1; Polarization: Right hand circular; Power rating: 200 watt continuous; Gain: +9 dBic Nominal @ 244 MHz and approx +15 dBic @ 318 MHz.; Impedance: 50 ohm (nominal); RF Connector: N-type male; Wind rating: 80 mph or higher, Tripod with adjustable legs should be included; Dimensions should be approximately 38L X 12H X 15W inches when packaged, and approximately 77L X 26W X 48-60H inches when deployed (depending on how the tripod legs are adjusted). Unit should come with two 12-12.5 ft low-loss RF cables, with male and female BNC connectors, Case included, Total weight of unit and all components should not exceed 40 pounds. Unit should be black or olive drab in color. SPECIAL INSTRUCTIONS: 1. Please note that there are two shipping addresses, different quantities designated for each address, and different Points of Contact for each address. 2. Please ship two (2) sets of all line items to: HQ, V Corps (G6), Attn: AETV-IM-CCMO, COMSEC Acct: 5CE016, APO AE 09014. POC for this address is the COMSEC Custodian SFC Stair, commercial telephone +49-6221-57-5055, commercial fax +49-6221-57-4253, and e-mail gloria.stair@us.army.mil. 3. Please ship three (3) sets of all line items to: V Corps Artillery, COMSEC Acct: 5DE397, Unit 29060, APO AE 09014. POC for this address is the COMSEC Custodian SSG Anthony Barnes (alternate is Natalie Heil), commercial telephone +49-6202-80-4505 or 4500, commercial fax +49-6202-80-4299, e-mail anthony.barnes@vca.vcorps.army.mil (alternate e-mail natalie.heil@vca.vcorps.army.mil). 4. The Vendor is responsible for quoting all charges and duties, as well as handling all customs paperwork requirements. 5. The Vendor is required to provide at least 24 hours notice prior to delivery to the respective POCs 6. Please quote Open Market pricing only, in U.S. dollars. 7. The quote must be on company letterhead and submitted by facsimile to 816-823-3322, Attn: Paul Flake, or by e-mail to paul.flake@gsa.gov. E-mail delivery is preferred. 8. Please include all shipping costs, if any, in the quote. 9. Please update your ITSS registration. Only those vendors registered in ITSS are eligible for award. Registration information is located at http://it-solutions.gsa.gov. 10. For further information, please contact Paul Flake, 816-823-1933, paul.flake@gsa.gov, or Tonya Lovelace, 816-823-1779, tonya.lovelace@gsa.gov. This requirement is for the Department of the Army, Headquarters, V Corps, APO AE. Please include all requirements on quotations. No partial quotes. The provision at FAR 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at GSAM 511.104-70, Solicitation Provisions, applies to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Evaluation is based on lowest cost to the Government. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The full text of the provisions and clauses of FAR Subpart 52.2 cited above are available via the following link: http://www.arnet.gov/far/loadmainre.html. The full text of GSAM 511-104.70 is available via the following link: http://www.acqnet.gov/GSAM/current/html/Part511.html#wp1859429. Offers are due by 5:00 pm CST on March 28, 2005, and can be submitted by fax to 816-823-3322, Attn: Paul Flake, or by e-mail to paul.flake@gsa.gov (e-mail delivery is preferred). Inquiries regarding the solicitation will only be accepted via FAX or email.
- Place of Performance
- Address: THERE ARE TWO DIFFERENT SHIPPING ADDRESSES. PLEASE REFER TO ITEMS 2 AND 3 OF THE SPECIAL INSTRUCTIONS IN THE BODY OF THE COMBINED SYNOPSIS/SOLICITATION FOR THE ADDRESSES AND LINE ITEM QUANTITIES TO BE SHIPPED TO EACH ADDRESS.
- Record
- SN00771933-W 20050320/050318212617 (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 |