MODIFICATION
58 -- Transceivers and Duplexers
- Notice Date
- 9/7/2007
- Notice Type
- Modification
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
- ZIP Code
- 94535-2632
- Solicitation Number
- Reference-Number-F3Z3847232A003
- Response Due
- 9/13/2007
- Archive Date
- 9/28/2007
- Point of Contact
- Joseph Hoh, Contract Specialist, Phone 707-424-7773, Fax 707-424-2712, - Sean Warner, Contract Specialist, Phone 707-424-7760, Fax 707-424-0288,
- E-Mail Address
-
joseph.hoh@travis.af.mil, SEAN.WARNER-02@TRAVIS.AF.MIL
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z3847232A003; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense DCN 20070802. This acquisition will be brand name only IAW FAR 6.302-1(c); the North American Industry Classification System (NAICS) code is 334220. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5821. The Standard Industrial Classification (SIC) is 3663. This brand name request for quotation consists of the following: General Electric MDS Transceivers and Duplexer Item 0001: MDS Transceivers: 15 each; MDS Part Number: 4710A Item 0002: MDS Insite Radio Management Diagnostics Software: 15 each; MDS Part Number: 4710-DIAG. Item 0003: MDS DSP Master Station, Non-protected, Internal or External Duplexer: 1 each; MDS Part Number: 4790AN. Item 0004: MDS Insite Radio Management Diagnostics Software: 1 each; MDS Part Number: 4790-DIAG. The delivery location is Travis AFB, California. Ensure you include the delivery time for project completion. Upon award the contractor will be required to coordinate delivery with the customer. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability and price only. FAR 52.212-3 Alt I Offeror Representations and Certifications. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-6 Notice of Total SB Set Aside. FAR 52.219-28 Post-Award Small Business Program Representation. 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies. FAR 52.232-33 Payment by EFT ? CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Deviation Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Countries as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. FAR 52.222-21 Prohibition of segregated facilities. FAR 52.222-26 Equal opportunity. FAR 52.222-36 Affirmative action for workers with disabilities. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 13 September 2007. The point of contact for this solicitation is Joseph Hoh, A1C, Contract Specialist, (707) 424-7773, joseph.hoh@travis.af.mil. Alternate POC is Sean Warner, MSgt, Contracting Officer, (707) 424-7761, sean.warner-02@travis.af.mil. BRAND NAME JUSTIFICATION 1. Requiring Authority: 60th Civil Engineering Squadron, Mr. William Zito, 4-4982 2. Contracting Agency: 60th Contracting Squadron, Travis AFB CA 3. Purchase Request #: F3Z3847232A003 4. Description of Requirement: 15 Supervisory Control and Data Acquisition (SCADA) radio transceivers and 1 SCADA radio repeater. 5. Statutory Authority permitting other than full and open competition: Section 4202 of the Clinger-Cohen Act of 1996, as implemented by: FAR 13.106-1(b)(1). Only one brand name and no other supplies or services will satisfy the agency requirement. 6. Justification or Authority for action: (a.) Currently Travis AFB has several Microwave Data Systems (MDS) 4700 series radios in use on a SCADA system. The remainder of the system must be converted to narrowband radio signaling format by 1 Jan 2008 per federal mandate. Additional MDS 4700 series radios will be used to accomplish this. (b.) MDS 4700 series SCADA radios use a proprietary signaling and modulation technique. In order for the new radios to be compatible with the existing radios MDS 4700 series radios must be purchased again. (c.) Microwave Data System SCADA radios are the only known brand that can satisfy the Government?s requirement. Integration into the existing SCADA system cannot be accomplished using any other manufacture?s radio equipment. (d.) Without this radio equipment Travis AFB will not be able transition it?s SCADA radio network to narrowband radio signaling format. Failure to convert to narrowband will require the system to cease operating on 1 Jan 2008. This system is required to provide remote monitoring of wells, sewer lift gates, and chlorination tanks in the interest of the health of workers and residents at Travis AFB. 8. Brand Name: Microwave Data Systems 9. Steps to improve competition: No additional market research is being done at this time, because this is a one-time requisition. 10. Certification: I hereby certify that the above information is complete and accurate. //////////////////////SIGNED//////////////////////// William J. Zito, WS-10, DAF Date: 13 Aug 07 EMCS I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. Sean W Warner CONTRACTING OFFICER DATE:29 Aug 07 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-SEP-2007); 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.fbo.gov/spg/USAF/AMC/60CONS/Reference-Number-F3Z3847232A003/listing.html)
- Place of Performance
- Address: Travis AFB, CA
- Zip Code: 94535
- Country: UNITED STATES
- Zip Code: 94535
- Record
- SN01399788-F 20070909/070907230616 (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 |