SOLICITATION NOTICE
58 -- 2.5 KW AND 10 KW AM TRANSMITTERS
- Notice Date
- 2/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-07-Q-0402
- Response Due
- 2/28/2007
- Archive Date
- 3/30/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR Part 13.5, Simplified Acquisition Procedures and FAR Part 12.603 for commercial items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is being conducted as a full and open competition. This replaces cancelled RFQ N66001-06-Q-0419 and RFQ N66001- 07-Q-0401. SPAWAR Systems Center ??? San Diego (SSC-SD) is seeking competitive quotations for: (1) one 2.5 KW transmitter, (2) one 10KW transmitter as well as (3) a combined price for both transmitters which does not have to be the total of (1) and (2) if there are savings in purchasing both transmitters at the same time. Specifications detailing mandatory functional and size requirements are posted on SPAWAR E-Commerce Central (SPAWAR E-CC) at https://e-commerce.spawar.navy.mil under RFQ N66001-07-Q-0402. Award will be based on a best value basis. The quoter determined to be the best value will receive a firm fixed price purchase order for either item (1) or (2) or (3) which is the combined price for both items. Criteria are provided below. All quotes are due by February 28, 2007 by 2:00 P.M. Pacific Time. Electronic quotations via SPAWAR E-Commerce Central (SPAWAR E-CC) at https://e-commerce.spawar.navy.mil/ are acceptable and must be received on or before the closing date/time. Quoters submitting electronic quotes shall register in the SPAWAR E-CC. Quoters should read "Submitting a Proposal?" on the SPAWAR E-CC. Facsimile quotations may be sent to Fax # (619) 553- 9068, Attention: Belinda Santos. Technical questions must be emailed to purchasing agent at belinda.santos@navy.mil. Questions received close to the due date may not be able to be answered. Include solicitation number N66001- 07-Q-0402 on any inquiries. The North American Industry Classification System (NAICS) Code is 334220 and the size standard is 750 Employees. The following FAR and DFARS clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order as if they are given in full text. The full text may be accessed electronically at the following address: http://farsite.hill.af.mil: The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 and DCN 20070122, The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial Items (SEPT 2006), applies to this acquisition. A complete quote consists of all items required by paragraph (b) of this clause with the following additions: 1. A proposed delivery schedule. Note, Delivery Requirements: F.O.B. Destination delivered to Space and Naval Warfare System Center, San Diego, CA 92152-5000. See Factor IV below for information on delivery dates. 2. Proposed unit price for each item described above as well as a combined price for both items which meets the specifications provided on SPAWAR E-CC. 3. Additional Reps and Certs, DFARS 252.212-7000 as well as FAR 52.212-3 (Nov 2006) Alternate 1 (Apr 2002), required by paragraph (b)(8). Both FAR 52.212-3 and DFARS 252.212-7000 are available under this RFQ number on the SPAWAR E-CC as a file entitled Reps and Certs 07-Q-0402. As an addenda to FAR 52.212-1(f), quotes submitted electronically will be considered "late" unless the quoter completes the entire transmission of the quote prior to the due date and time of receipt of quotes. FAR 52.212-1(h) multiple awards does not apply. The quoter determined to be the best value will either receive an award for item (1), or item (2) or item (3). The provision at FAR 52.212-2 Evaluation ??? Commercial Items, applies to this acquisition, with the following fill-in to paragraph (a): The following factors shall be used to evaluate offers: Factor I ??? Proposed products meet all mandatory functional and size specifications. As evidenced by information provided with the quote it must be apparent that the items meet all of the mandatory functional and size specifications as described in the specification document on the SPAWAR E-CC. Offerors should provide catalog cuts, drawings or any necessary documentation to include narratives covering their approach for meeting one of the functional or size specifications if not obvious without the narrative. A narrative description of the quoter's technical approach to provide end-user frequency agility while meeting FCC spectrum requirements is specifically required. This documentation will be used to determine compliance with mandatory specifications. This factor is on a pass or fail basis. Quotes that do not provide enough information to determine compliance with all of the mandatory requirements or do not meet all of the mandatory requirements will not receive further consideration. For those quotes who receive a "pass" on Factor I, the following criteria will be evaluated. The criteria are in descending order of importance. The intent is to award to the quoter meeting Factor I and providing the best value to the Government. Best value will be determined by consideration of the below factors and price. Technical factors and past performance when combined are significantly more important than price. Factor II - Ease of frequency selection: Describe the typical steps that an end- user will have to perform to make transmit frequency changes, including any front-panel adjustments and any hardware changes required. Factor III ??? Recent Organizational experience/past performance with Commercial Radio Band Transmitters. Quoters should provide evidence of commercial Radio Band Transmitter experience by providing a narrative describing the number of years in this industry as well as the description of a Commercial Radio Band transmitter previously manufactured by the vendor that is most similar in function and form factor to the requested product (include photos or other descriptions). Emphasis is placed on the transmitter's capability to allow end-users to readily change transmit frequency while maintaining FCC spectrum requirements across the band. Customer points of contact for this product are also required. The quoters should also provide their Commercial Radio Band product line (including photos or other descriptions), citation of prior Government contracts for Commercial Radio Band transmitter products (including photos or other descriptions as well as customer points of contact to include name and phone number), Factor IV ??? A 9 August 2007 delivery date is desired for the 10KW transmitter. Quoters should provide the best delivery date for the 10KW transmitter. While there isn't a desired delivery date for the 2.5 KW transmitter, quoters must provide a delivery date. For purposes of this factor, the earliest delivery date for the 10 KW transmitter will be evaluated and given the most weight. FAR 52.212-4, Contract Terms and Conditions???Commercial Items (Sep 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006). In addition, the following FAR clauses under paragraph (b) of 52.212-5 are incorporated in this contract: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d) (2) and (2)); FAR 52.222-3, Convict Labor (June 2003)(E.O. 11755); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246) ;FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212); FAR 52.222-36 Affirmative Action For Workers With Disabilities; (June 1998)(29 U.S.C. 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) ; FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) FAR 52.247-34 F.O.B. Destination (Nov 1991); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2007); In addition, the following FAR clause under paragraph (a) of 252.212-7001 applies: FAR 52.203-3, Gratuities (APR 1984)(10 U.S.C. 2007) and the following DFARS clauses under paragraph (b) apply: DFARS 252.225- 7012, Preference for Certain Domestic Commodities (JAN 2007)(10 U.S.C. 2533a); DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002)(10 U.S.C. 2631); DFARS 252.211-7003 ??? Item Identification and Valuation (JUN 2005) ??? fill-in for paragraph (c) (1) (ii) is "none".
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=545D3878C474840A8825728200715D84&editflag=0)
- Record
- SN01232353-W 20070216/070214221106 (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 |