Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2005 FBO #1322
SOLICITATION NOTICE

16 -- Miscellaneous transceiver parts of OH-58A/C Helicopters

Notice Date
7/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-05-T-0104
 
Response Due
7/25/2005
 
Archive Date
9/23/2005
 
Point of Contact
SHIRLEY ZBINDEN, 573-638-9632
 
E-Mail Address
USPFO for Missouri
(shirley.zbinden@mo.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quote W912NS-05-T-0104, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 05-04. The North Am erican Industry Classification System Code is 334511 and the Business Size Standard is 750. This is 100% Set-Aside for Small Business. All parts referenced are Wulfsberg Electronic manufactured and are used as meeting minimum specifications. These parts have been approved by the Government for use on the OH-58A Helicopter Aircraft and have the required Airworthiness Releases (AWR). If You will be offering substitute parts, you must submit full specifications and Airworthiness Release (AWR) information wi th your office, or it may be considered unacceptable. Parts MUST HAVE PRIOR APPROVAL AND AWR. CLINS #0001 through #0021 are to be shipped to Waterloo, Iowa and CLINS #0022 through #0026 are to be shipped to Springfield, Missouri. This requirement con sists of: (CLIN #0001) Two (2) each TR-5000 Transceivers Wulfsberg Electronics PN: 400-015525-1611; (#0002) Two each Display PN: 31300-1202-1210; (#0003) Two each Antenna PN: 121-040130-02; (#0004) Two each Antenna Tuner PN: 153-040047-01; (#0005) Two e ach mounting tray PN: 300-316605-01; (#0006) Two each Cable Adapter PN: 153-041054-01; (#0007) Two each Cable PN: 153-041055-01; (#0008) Two each Cable PN: 153-041056-01; (#0009) Two each Cable PN: 153-041057-01; (#0010) Two each Cable PN: 153-041058-01; (#0011) Two each Mounting Tray PN: 300-341192-01; (#0012) Two each Adapter Plate PN: 300-341193-01; (#0013) Two each Adapter Plate PN: 300-341194-01; (#0014) Two each Backshell PN: D37000Y00; (#0015) Two each Cable PN: 124-041326-01; (#0016) One each Cable and Software PN: 149-04138 9-0103; (#0017) One each Cable PN: 152-241520-01; (#0018) One each Installation RT-500 and C-5000 Installation, P-25 System (Can be PDF Downloaded) PN: 150-041118; (#0019) One each Operation Manual PN: 150-041102, (can be downloaded); (#0020) One each Gui de PN: 150-041103 (Can be downloaded); (#0021) Training one day, need quick start and detailed training powerpoint presentation; (#0022) Three each Control Head, Wulfsburg C5000 Control Head NVG Display for the RT-5000 radio; (#0023) Three each TR-5000 R adio Transceiver for the OH-58A Helicopter; (#0024) Three each of FC-5000 Antenna Tuner for RT-5000 Radio; (#0025) Three each of Antenna, 560 Antenna for RT-5000 Radio and #0026) Three each RT-5000 Parts Upgrade Kits for the RT-5000 Radio. Evaluation, th e Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror or the offer representing the best value when compared to any lower price quotation or offer. All offerors MUST BE CENTRAL CONTRACTOR REGIS TERED (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 MUST SUBMIT WITH YOUR OFFER WARRANTY INFORMATION; DELIVERY TIME; AND SPECS AN D AWR IF OFFERING A SUBSTITUTE ITEM. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS, WITH YOUR OFFER, which can be downloaded from the internet site above or requested in writing via fa csimile at 573-638-9619 or email to Shirley.zbinden@mo.ngb.army.mil. Offers new to this agency must also submit with your offer at least three (3) past performance references, giving company name and address, individuals name and phone number and date. Offerors that fail to furnish the required representation information or reject the terms and conditions of the solicitation ma y be excluded from consideration. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hil.af.mil/farsite_script.html. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by ref erence. FAR 52.204-4 Printed Or Copied Double-sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.252-1 Solicita tion Provisions Inc by Reference; FAR 52.212-2 Evaluation; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Ex Orders, paragraphs (1), (5),(7),(9),(14),(15),(16),(17),(18) ,(19),(20),(26),(31),(33); FAR 52.219-1 Small Business Program Representations; FAR 52.252-2 Clauses Incorporated by Reference AND DFAR 252.252-204-7004 Alt A Central Contractor Registration; DFAR 252-212-7000 Offeror Reps and Certs; DFAR 252-225-7000 Buy Am Act-Balance of Pymts Prog Certf; DFAR 52.203-3 Gratuities; DFAR 252-225-7001 Buy Am Act and Blnc of Pymt Prog; DFAR 252-225-7012 Pref for Certain Dom Commodities; DFAR 252-225-7036 Buy Am Act-N Am Free Trade Agree Implementation Act-Blnc of Pymt Prog; DFAR 252-243-7002 Requests for Eq Adj; DFAR 252.247-7023 Trans of Supp by Sea and DFAR 252-212-7001 Contract Terms and Conditions Req to Implement Statues or Ex Orders Applicable to Defense Acquisitions. RESPONSE TIME IS NOT LATER THAN JUL 25, 2005 NLT 5: 00PM CST. OFFERS MAY BE EMAILED TO shirley.zbinden@mo.ngb.army.mil or faxed to 573-638-9619. You may also send by mail to USPFO-MO, Attn: Shirley Zbinden, JFMO-PC, 7101 Military Circle, Jefferson City, MO 65101-1200. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA23/W912NS-05-T-0104/listing.html)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00844041-F 20050710/050708212011 (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.