Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2007 FBO #2129
SOLICITATION NOTICE

59 -- communication system

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
fort drum, fort drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU772350113
 
Response Due
9/21/2007
 
Archive Date
3/19/2008
 
Point of Contact
Name: josh kaufmann, Title: contract specialist, Phone: 3157726514, Fax: 3157726406
 
E-Mail Address
joshua.kaufmann@us.army.mil;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU772350113 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-19. The associated North American Industrial Classification System (NAICS) code for this procurement is 423690 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-21 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, David Clark C3821 radio cord: Connects radios to radio interface module, 21 foot, six conductor shielded cable, with six pin MS connector. radio end has stripped and tinned conductors, 9, EA; LI 002, David Clark C38-12 jumper cord: Connects modules and radio junction module, four conductor shielded cable with four ppin MS connector on each end, 12 foot, 3, EA; LI 003, David Clark H3441 Headset: to be worn under helmets or safety cap Microphone:M-7A electret Flex wire boom for precise mic placement Rotates 200 degrees for left or right placement Dynamic wired in earphone 4 conductor 5' coil cord plug: PJ-501 Mic on off button, 3, EA; LI 004, David Clark H3442 Headset: to be worn under helmets or safety cap Microphone:M-7A electret Flex wire boom for precise mic placement Rotates 200 degrees for left or right placement Dynamic wired in earphone 4 conductor 5' coil cord plug: PJ-501 Mic on off button NRR: 23dB, 3, EA; LI 005, David Clark U3805 radio cord junction module: for systems utilizing two or more radio interface headset stations. , 3, EA; LI 006, David Clark U3811 Radio interface module: Contains one radio PTT switch one headset jack and listen level control one system input connection and one radio input connection, 3, EA; LI 007, David Clark U3815 radio interface module: one headset jack with listen level control, one PTT switch, one radio input connector U3821, two intercom connectors, and one connector allowing use of a foot switch or other remote PTT., 3, EA; LI 008, Installation of 3 (David Clark or equal) communication systems on 3 Fire engines at Fort Drum NY. , 1, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to joshua.kaufmann@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.211-6 Brand Name or Equal. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.219-28, 52.222-3, 52.222-19, 52.222-27. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: 252.225-7001, 252.232-7003, 252.232-7010, 252.225-7036 ALT I., 252.247-7023. The solicitation document and incorporated provisions and clauses are those in effect through DFARS Circular Current to DCN 20070906 Edition. The full text of a DFAR clause may be accessed electronically at http://farsite.hill.af.mil/ The FAR Provisions 52.212-2 - Evaluation of Commercial Items, the following factors shall be used to evaluate offers: (1) Ability of item specifications to meet or exceed the government's minimum needs, (2) Price, (3) Delivery. The offeror must comply with FAR 52.204-8 Annual Representation and Certification. Interested parties are required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/. This solicitation is to Furnish and Install all material described herein to make functional three communications systems with hearing protection equipment for 3 Fire engines on Fort Drum NY. The FBO provision located under the Contract/Bidding Req instruction is amended to change the following: This solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-50768_04, n-8639)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602-5220
Country: US
 
Record
SN01418194-W 20070925/070923233332 (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.