Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

58 -- LMR Radios and Repeaters

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-06-T-4022
 
Response Due
8/14/2006
 
Archive Date
10/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-06-T-4022 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Fede ral Acquisition Circular 2005-11. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award will be made to a participating large business. The associated NAICS codes is 517212, standard industrial classification 4812, small business size 1,500. (V) COMMERCIAL ITEM DESCRIPTION: The 127Wing Michigan Air National Guard has requirement for Motorola Brand Name or Equal VHF Equipment. All Contract Line Items (CLINs) have a desired delivery time of 30 days ARO. Delivery will be FOB Destination and all cost associated with shipping will be included in price. Description and specification requirements: CLIN 0001  Mo torola Portable Astro Digital XTS5000 to include parts X125/ H14/ H37/ H499/ H869/ H88/ Q15/ Q393RUGD/ Q159/ Q768/ Q806, or equal, 60 Ea. CLIN 0002  Quantar/Quantro Family C99ED to include parts001C/ X806D/ X580/ X308/ X30/ X182/ X640AK, or equal, 3 Ea. CLIN 0003  10-40W UHF R1 380-470MHZ XTL5000 C to include parts G806/ G50/ G114/ G80/ G159/ G851/ W969/ L146, or equal, 1 Ea. CLIN 0004  6 DBD Omni-directional collinear antenna DSSC329LNTB1, or equal, 3 Ea. CLIN 0005  Omni-directional antenna 370-430 MHZ DQUBO400N, or equal, 1 Ea. CLIN 0006  Software for Astro 25 portable/mobile RVN4186, or equal, 1 Ea. CLIN 0007  Cable-Programming USB RKN4105, or equal 1 Ea. CLIN 0008  Charger Impress Smart Multi Unit WPLN4130, or equal, 10 Ea. CLIN 0009  Charge r, Impress Smart Radio Rapid Rate NTN1873, or equal, 12 Ea. CLIN 00010  Impress Smart Ruggedized NIMH FM NNTN4437, or equal, 24 Ea. The following clauses apply to this provision, FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal ( Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance char acteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must(1) Meet the salient physical, functional, or perform ance characteristic specified in this solicitation; (2) Clearly identify the item by(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished des criptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modi fications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locati ng or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End o f provision) FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Busine ss Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Comm ercial item. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans sec tion of the (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commerc ial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Pro gram Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Acti on for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Cent ral Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000 , Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Electronic Submission of Payment Requests; 225.243-7002, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Prefere nce for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. All information relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions and answers, will be posted on the following website: (www.nationalguardcontracting.org). Formal communications suc h as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted @ www.nationalguardcontracting.org). They will be con tained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 12:00 P.M. eastern standard time, 10 August 2006. Terms of the solicitation and specifica tion remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt o f solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 127WG/LGC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 14 Aug ust 2006, 10 a.m. eastern standard time. Email quotes will be accepted at 127thwgcontracting@miself.ang.af.mil, reference RFQ# W912JB-06-T-4022 in the subject line. No FAX quotes will be accepted. Point of Contact is Mr. Darryl K. Williams (586) 307-5917 .
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
Country: US
 
Record
SN01107054-W 20060806/060804222708 (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.