Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOLICITATION NOTICE

58 -- Motorola Radios

Notice Date
4/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-09-RQ-0531
 
Point of Contact
Tim Corrigan, Phone: 757-441-6897, Melissa R Sampson,, Phone: 757-441-6561
 
E-Mail Address
Tim.Corrigan@noaa.gov, melissa.r.sampson@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Request for Quote (RFQ) number is EA133M-09-RQ-0531. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-32. The National Oceanic and Atmospheric Administration (NOAA) requires the following brand name items: 0001) 30 EA - Motorola HT 750 136-174 1-5W 16 CH Potable Radio 0002) 30 EA - Shipboard Q390 Battery Option 1800 mAh. The associated North American Industry Classification System (NAICS) code is 334220. Delivery of Items 0001 and 0002 shall be by May 26, 2009 to NOAA Marine Operations Center, Attn: Robert Yates 757-441-6843, Mission Support Division, 439 West York Street, Norfolk, VA 23510. The above brand name items are solicited in accordance with FAR 13.106-1, "Soliciting Competition", as such the justification required therein follows: 1. This justification is written to support the brand name acquisition of Motorola HT750 Portable Transceivers for the Marine Operations Center in accordance with FAR 13.106-1, "Soliciting Competition". The purchase of VHF Transceivers is for use on NOAA Ships in the Self Contained Breathing Apparatus (SCBA). The SCBA is an essential tool in fighting fires aboard ship and provides a vital safety feature to all firefighter personnel. 2. The specific radio requested is the Motorola HT750 Portable Transceiver. Included with the Purchase Request are the salient characteristics of the transceiver that distinguish its performance capacity. This capacity is essential to the function of existing SCBA's, which have been specially adapted for use with this transceiver. 3. The SCBA's on NOAA Ships use two different internal communication systems; the Draeger BAcomm Communication System and E-Z Radiocom Communication System. After speaking with Robert at Draeger customer service and Bob Walker at Scott Health and Safety (Manufacturer of E-Z Radiocom Communication System), they advised that both communication systems are compatible with many types of VHF handheld transceivers. Icom and Cobra were two companies mentioned that carried VHF Transceivers compatible with aforementioned communication systems. However, if one was to adapt the NOAA SCBAs to radios other than the HT750 cables would need to be changed out in the communication systems. The cost to NOAA for adapting these communication systems to different radios other than the HT750 would be between $250 or $700 per radio or $7,500 and $21,000 dollars overall. 4. Both above mentioned communication system manufacturers carry compatible VHF transceivers with the communication systems currently utilized within the SCBAs aboard NOAA Ships; however neither match the salient characteristics required and available on the HT750. The specifications for the Cobra Transceiver were very close (Enclosure D), but did not match the salient characteristics of the HT750. When reviewing specifications for the Icom Transceiver, it does come close but again could not meet the salient characteristics of the HRT750. 5. Based on the research conducted, it is hereby determined in the best interest of the Government for reasons of safety and cost to specify HT750 Transceivers to specifically ensure compatibility with existing interrelated ship safety equipment and to prevent unnecessary additional costs in adapting existing safety apparatus. The provision at 52.212-1, Instructions to Offerors--Commercial applies to this acquisition and there are no addenda to this provision. In accordance with 52.212-1, vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quote. [An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.] Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition with the following addenda: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.208-70 Printing (MAR 2000), CAR 1352.209-73 Compliance With The Laws (MAR 2000), CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract, CAR 1352.233-70 Harmless From Liability (MAR 2000), CAR 1352.252-71 Regulatory Notice (MAR 2000), CAR 1352.215-73 Inquiries (MAR 2000), CAR 1352.233-71 Service of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Melissa R. Sampson, 200 Granby Street, 8th Floor, Norfolk, VA 23510. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, {Fill-in: Part B, Check items 8, 12, 18, 19, 20, 21, 22, 31, 34, 39}. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 pm EST on Tuesday, May 12, 2008. Offers may be faxed to 757-664-3658 or sent electronically to Tim.Corrigan@noaa.gov. Anticipated award date is on or about Friday, May 15, 2008. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Tim.Corrigan@noaa.gov or faxed to 757-664-3658. Telephonic requests will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11830c181c92b1e8a44f0c199abf2ccf&tab=core&_cview=1)
 
Place of Performance
Address: NOAA Marine Operations Center, 439 West York Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN01804102-W 20090430/090428221900-11830c181c92b1e8a44f0c199abf2ccf (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.