Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

58 -- This requirement is to purchase a fully integrated Satellite Communications on the Move (SOTM) antenna system that will support secure voice and data communications.

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700106Q0125
 
Response Due
9/26/2006
 
Archive Date
10/26/2006
 
Description
COMBINED SYNOPSIS/SOLICITATION 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. Solicitation number M67001-06-Q-0125 is issued as a request for quotation (RFQ). All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12, effective 4 August 2006 and DFARS Change Notice (DCN) 20060908. The proposed acquisition is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this requirement is 334220. To meet the small business size standard the concern can not exceed 750 employees. This requirement is to purchase a fully integrated Satellite Communications on the Move (SOTM) antenna system that will support secure voice and data communications. Required delivery date is 24 January 2007 with delivery to Camp Lejeune NC. If unable to meet the delivery date submit offers stating delivery time from receipt of a contract. The system will be comprised of the following items. CLIN 0001 QTY 25 EA Satellite Antenna VHF/UHF with Extension Parts Kit 11DB Gain. Extension Parts Kit to include Mono-pod extension boom with magnetic mount, Tri-pod extension boom with magnetic mount, Vehicle magnetic mount. SatCom antenna with specific magnetic base that is adaptable to all mounts. CLIN 0002 QTY 10 EA Directional, Dual Function Antenna System; 225-400 Mhz High Angle Mode & 240-400 Mhz Low Angle Mode; Right Hand Circular Polarization (Satcom) & Vertical, Linear (Los); 200 Watts Power Handling; 11.5 High By 20 Diameter Requires Coaxial Switch For Dual Functionally. This is a foldable X-Wing antenna including magnetic mount, Monopod, and tripod. Finish in Black CLIN 0003 QTY 10 EA UHF SATCOM Omni-directional SOTM (Eggbeater) Antenna with Integral Vehicle Mounting Assembly for HMMWV and 22 Foot RG-142 Coaxial Cable. Finish in Black Quotes other than FOB Destination will be rejected. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest price and is technically acceptable with acceptable past performance. The following factors shall be used to evaluate offers: Price; Technical; and Past Performance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to award a firm fixed price contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending of the quality of offers submitted and availability of funds. The Government reserves the right to exclude an offer from further evaluation and consideration for award, if (1) the price is determined not to be fair and reasonable based on the Government?s independent estimate or market survey, or (2) it is evaluated as technically unacceptable and which, in the Contracting Officer?s determination, cannot reasonably be made acceptable through discussion. The Government may reject any, or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representation and Certifications?Commercial items with their offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. . The provisions 52.252-1 Solicitation Provisions Incorporated by Reference, and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country apply to this acquisition. The clauses at 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/these address(es): http://farsite.hill.af.mil or http://www.arnet.gov or http://www.acq.ods.mil/dp/dars/dfars. The clause at 52.212-4, Contract Terms and Conditions -- Com mercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Incorporated clauses sited in 52.212-5 are 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-17, 52.232-33, 52.242-13, and 52.247-34. Additional FAR clauses applicable to this acquisition are: 52.204-7, 52.225-8, 52.232-23, 52.232-25, 52.233-1, 52.246-2, 52.246-16, 52.249-2, 52.253-1. The following DFAS clauses are applicable to this acquisition: 252.225-7000, Buy American Act--Balance of Payments Program Certificate, 252.225-7020, Trade Agreements Certificate, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate, 252.212-7000, Offeror Representations and Certifications--Commercial Items, clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Incorporated clauses sited in 252.212-7001 are 52.203-3 and 252.225-7012. Additional DFAR clauses applicable to this acquisition are: 252.204-7003, 252.243-7001, 252.225-7001, 252.225-7021, 252.232.7003, and 252.243-7002. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) world wide web site (www.neco.navy.mil). Submit quotes by mail to Contracting Division, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeune, NC 28547 or via facsimile (910-451-1275). SSgt Michael Dobbins telephone number (910) 451-1467 can be contacted for information regarding the solicitation. Quotes are due by 12:00 PM EST, 26 September 2006
 
Record
SN01151225-W 20060923/060921221740 (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.