Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

59 -- 3 EACH - AN/GRM (IFR RCTS-001) Military Communications SINCGARS RAdio Test Systems; 3 EACH - Airborne Ingerface Cable Sets, AAJ103 (ON-AVIM);3 EACH - Ground Cable Kits (ON-373B)Warranty - 2 Years.

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Shafter, ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-08-T-0589
 
Response Due
8/12/2008
 
Archive Date
10/11/2008
 
Point of Contact
Catherine L. Yoza, 808-438-6535
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912CN-08-T-0589 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) 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. Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is W91CN-08-T-0589, and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) This requirement is not set-aside and will be pursued as unrestricted under full and open market procedures to expand the market base for potential sources under North American Industrial Classification System (NAICS) code 334515 (small business size standard of 500 employees if applicable). (v) The items required (or equal) are as follows: CLIN 0001 - Aeroflex, Inc. IFR RCTS-001 (tactical nomenclature AN/GRM-122 NSN 6625-010432-8369), Military Communications SINCGARS Radio Test Systems (Export Controlled), three (3) each; CLIN 0002 Aeroflex, Inc. AAJ103 On-AVIM Airborne Cable Set (Export Controlled), compatible with IFR RCTS-001 military communications SINCGARS radio test system, three (3) each; CLIN 0003 - ITT Communications Corporation OMN-373B Ground Cable Kit compatible with IFR RCTS-001 military communications radio test system for SINCGARS (Export Controlled). Warranty of two (2) years on all items listed above. (vi) Description of requirements for items to be acquired. See paragraph (v). (vii) Delivery - as soon as possible delivery will be considered as an evaluation factor for all acceptable items offered. Acceptance and FOB point is U.S. Army Garrison Hawaii, Directorate of Logistics, Attn: Robert Brown, Bldg 6039, 1904 Higgins Road, East Range, Schofield Barracks, HI 96857-5006. (viii) The provision at FAR 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition, along with the following addenda. All offerors are instructed that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov. Confirmation of CCR registration will be validated prior to awarding a contract. (ix) The provision at FAR 52.212-2 -- Evaluation Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be of the best value to the Government on the basis of price, technical acceptability, delivery. In order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or exceed the salient characteristics listed above. (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items.. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.211-6 Brand Name or Equal, 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C 637(d)(2) and (3)), 52.219-28, 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)( E.O. 11246), 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), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C.793), 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), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201), 52.222-50 Combating Trafficking in Persons (AUG 2007)(Applies to all contracts), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration. The following clauses in DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), apply to this acquisition; 52.203-3 Gratuities (APR 1984)(U.S.C. 2207), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008)(10 U.S.C. 2533a), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)(10 U.S.C. 2227), 252.243-7002 Requests for Equitable Adjustment (MAR 2002))10 U.S.C. 2410), 252.247-7023 Alt III Transportation of Supplies by Sea (MAY 2002)( 10 U.S.C. 2631). Additional clause 252.232-7010 Levies on Contract payments (DEC 2006). The full text of any FAR or DFARS clause may be accessed electronically at http://www.acqnet.gov/far/index.html. (xiii) Warranty requirement for this acquisition is 2 years for all items on the schedule. Any changes or additional contract requirements or terms and conditions will be added by amendment to this solicitation. (xiv) Defense Priority and Allocations System (DPAS) rating: None (xv) Delivery of the items identified in paragraph v (shall be made within 150 days or less for CLINs 0001 and 0002, and 270 days or less for CLIN 0003. Date, Time and Place Offers Are Due: (xv) Offers are due on Monday, August 11, 2008, at 12:00 PM, Hawaiian Standard Time, via fax or email to the point of contact identified below. Point of Contact: (xvi) Name: Catherine L. Yoza, Title: Contract Specialist, Regional Contracting Office Hawaii, Phone: 1(808)438-6535 ext 141. Fax: (808)438-6563, Email: cathy.yoza@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=171ebbe152d7ece118e7aadd272f3800&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
 
Record
SN01633819-W 20080809/080807222547-171ebbe152d7ece118e7aadd272f3800 (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.