Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2008 FBO #2453
SOLICITATION NOTICE

58 -- DIGITAL SATELLITE MODEMS

Notice Date
8/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
F3G1NA8137AG01
 
Archive Date
9/2/2008
 
Point of Contact
Nichole B Fleming,, Phone: 719-567-5317, Mark D Ruiz,, Phone: 719-567-3454
 
E-Mail Address
nichole.fleming@schriever.af.mil, mark.ruiz@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DIGITAL SATELLITE MODEM (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation # F3G1NA8137AG01 is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This acquisition is 100% set aside for small business. The associated NAICS code is 517410 with a small business standard of $13.5M for this NAICS. (v) & (vi) This RFQ has one priced (1) contract line item (CLIN) and five (5) not separately priced subCLINs. The government intends to procure the following: CLIN 0001: Digital Satellite Modem with optional data rate, modulation type & data interface(s). Manufacturer: COMTECH EF Data; P/N: SLM56540A OR EQUAL; Qty: 4ea NOTE: The following subCLINs are options for the basic modem and shall not be separately priced. The part number listed in subCLINs AA-AD is a combined part number of ALL options from subCLINs AA - AD ONLY. The number in parenthesis () is the portion of the part number directly related to that subCLIN. CLIN 0001AA: Modem data range of 64kbps - 155 Mbps; Manufacturer: COMTECH EF Data; P/N: 1A0000(4)21500000 OR EQUAL; Qty: 4ea CLIN 0001AB: Modulation type of standard and 8PSK/16QAM Manufacturer: COMTECH EF Data; P/N: 1A00004(2)1500000 OR EQUAL; Qty: 4ea CLIN 0001AC: Advanced FEC Turbo Product Code Manufacturer: COMTECH EF Data; P/N: 1A000042(1)500000 OR EQUAL; Qty: 4ea CLIN 0001AD: Advanced FEC data range of 64kbps - 155Mbps Manufacturer: COMTECH EF Data; P/N: 1A0000421(5)00000 OR EQUAL; Qty: 4ea CLIN 0001AE: Extended software base unit option - Sequential FEC Manufacturer: COMTECH EF Data; P/N: xxx(1)000000.xxxxx00000 OR EQUAL; Qty: 4ea Unit price (including all options) __________________ Total Price __________________ (vii) Delivery is required within 30 days from date of award. Delivery location is Schriever AFB, CO 80912. Inspection and acceptance location is Schriever AFB. FOB point shall be Destination. All FOB Destination charges must be included in quoted prices. (viii) thru (xii) The following FAR, DFARS & AFFARS provisions and clauses apply to this acquisition and are available at http://farsite.hill.af.mil : (1) 52.212-1 Instructions to Offerors-Commercial Items (2) 52.212-2 Evaluation - Commercial Items. The specific evaluation criteria included in paragraph (a) of this provision are as follows: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) delivery schedule. Technical capability and delivery schedule, when combined, are approximately equal to price. (3) 52.212-3 Offeror Reprsentations and Certifications - Commercial Items must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. (4) 52.212-4 Contract Terms and Conditions-Commercial Items (5) 52.212-5 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following sub-clauses apply: 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (6) 52.203-3 Gratuities (7) 52.204-4 Printed or Copied on Double-Sided on Recycled Paper (8) 52.204-7 Central Contractor Registration (9) 52.211-6 Brand Name or Equal (10) 52.252-1 Solicitation Provisions Incorporated by Reference (11) 52.252-2 Clauses Incorporated by Reference (12) 252.204-7004 Alt A Central Contractor Registration (13) 252.212-7000 Offeror Representations and Certifications-Commercial Items (14) 252.212-7001 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Following Subclauses apply: 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea (15) 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen - Name: AFSPC/A7K Address: Headquarters Air Force Space Command A7K, 150 Vandenberg Street / Suite 1105, Peterson AFB CO, 80914-4230 Phone #: (719) 554-5250 Fax #: (719) 554-5299 E-mail: a7k.wf@afspc.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (xiii) Contract financing will not be provided for this acquisition. The Government will make an award from this request for quote to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. (xiv) This acquisition does not have a Defense Priorities and Allocations System (DPAS) assigned rating. (xv) There are no numbered notes related to this notice. (xvi) Responding offerors shall include quotations and descriptive literature with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis/solicitation. No special format is required for your quote. ALL QUOTES ARE DUE BY FOUR P.M. EASTERN STANDARD TIME (4:00P.M. EST) ON 18 AUGUST 2008. (x) The Point of Contact for this acquisition is Nichole Fleming, 719-567-5317. Quotes can be emailed to nichole.fleming@schriever.af.mil; AND/OR faxed to 719-567-3438, Attn: Nichole Fleming; AND/OR mailed to 50th Contracting Squadron/LGCB, Attn: Nichole Fleming, 210 Falcon Parkway, Ste 2116, Schriever AFB, CO 80912-2116. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10a9ac41d0df4944f504b2be228b3af0&tab=core&_cview=1)
 
Place of Performance
Address: Deliver to: 730 Irwin Ave, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01637403-W 20080814/080812223149-10a9ac41d0df4944f504b2be228b3af0 (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.