Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

58 -- REMOTE AMPLIFIER

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-R-0064
 
Response Due
9/5/2006
 
Archive Date
9/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number N00421-06-R-0064 is hereby released as a combined synopsis/solicitation for ?Brand Name Mandatory Tactical Support Equipment, Inc., products prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-12, effective 4 August 2006. This procurement is 100% Set-Aside for Small Business. The North American Industry Classification Systems (NAICS) Code for this requirement is 334220, ?Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing? with a size standard of 750 employees. The Government intends to award a Firm-Fixed Price Contract for Commercial Items on a ?Brand Name Mandatory? basis to Tactical Support Equipment (TSE), Inc., for the products listed below under the authority of FAR 6.302. Quotes are hereby requested and a written solicitation will not be issued. This procurement will provide the Remote Amplifier, Multi-band Platform (RAMP) 25 High Power, required to support the United States Army Special Operations Command Satellite On The Move (SOTM) System and Spares Project. The amplifier will provide 40 Watt, 30-512 multi-band width and amplify both transmit and receive signals. Additionally, the amplifier will allow bi-directional filtering for elimination of co-site interference, dual antenna connections for quick and simple operation in multiple frequency ranges, and automatic frequency selection in the SATCOM and Line Of Sight Modes. TSE is the manufacturer and only source with the capability to provide a remote amplifier multi-band platform that meets the following SOTM System requirements: Dimensions must be less than 4?H x 4.5?W x 7.25? D; Weight must be less than 5 lbs, Must operate at 40 watts, between 30 to 512 MHz range LOS and SATCOM Mode; and must function between -29C to +60C. The required amplifier will continue to provide interoperability and interchangeability with existing program equipment and will satisfy the Government?s minimum requirement for intended application. The ?Brand Name Mandatory? Contract Line Item Number (CLIN) and Description for this procurement are: ** CLIN 0001 - P/N: RAMP-25-HP, Remote Amplifier Multi-Band (RAMP) 25 High Power (HP) - (Qty - 70 Ea) ** THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN THE BRAND NAME TACTICAL SUPPORT EQUIPMENT, INC., PRODUCTS LISTED IN THIS SYNOPSIS. ** The required equipment shall be delivered to the Naval Air Warfare Center-Aircraft Division, St. Inigoes, MD 20684, FOB Destination. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the solicitation and is considered to be most advantageous to the Government. The Government shall have full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2006) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (JUN 2006), is incorporated by reference and applies to this acquisition. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (SEP 2005), is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2006) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR Clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR Clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2006), is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. The following clauses apply to this procurement: DFARS 252.204-7001 Commercial And Government Entity (Cage) Code Reporting, DFARS 252.232-7003 Electronic Submission of Payment Request, DFARS 252.246-7000 Material Inspection And Receiving Report, and NAVAIR 5252.232-9513 Invoicing Instructions and Payment. The Government will accept quotes from all responsible Small Business sources with the capability to provide the ?Brand Name? products cited above and will award a contract resulting from this RFQ to the responsible vendor whose offer conforms to the solicitation and is considered to be most advantageous to the Government. Quote is due to Rosa Harding, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, by 3:30 P.M. EST, 5 September 2006. The Government reserves the right to process the procurement on a ?Brand Name Mandatory? basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation, the primary point of contact is Rosa Harding, Contract Specialist, Code 251231, telephone number (301) 995-6037 or via e-mail at rosa.harding@navy.mil. If an Offeror is not able to contact the Contract Specialist via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301) 995-8670. The alternate point of contact is Josephine Scully, Contracting Officer, telephone number (301) 995-8117, e-mail josephine.scully@navy.mil.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, St. Inigoes, MD
Zip Code: 20684
Country: UNITED STATES
 
Record
SN01126354-W 20060827/060825222019 (fbodaily.com)
 
Source
FedBizOpps 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.