SOLICITATION NOTICE
42 -- Radio, install kit, attenna
- Notice Date
- 6/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Idaho, USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J7-09-T-0011
- Response Due
- 7/9/2009
- Archive Date
- 9/7/2009
- Point of Contact
- Tammie Hauger, 208-272-4603<br />
- E-Mail Address
-
USPFO for Idaho
(tammie.hauger@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This solicitation, W912J7-09-T-0011 is being issued as a Request for Quotation (RFQ). The following line items are required for the RFQ, please provide the unit price and total price for each line item when submitting the quote: LINE ITEM 0001- 6 each - Til Audio Mode, 031220-1 PN: AMS6000, LINE ITEM 0002- Blackhawk Install Kit, J201, J202, Doubler Plate, Coax UH60 Kite Consists of J101 - Blackhawk (ac) ASPT FM C111466A ARC201A to TFM138B/ 500/ 550 CAB, J202 - Blackhawk (A-L) Model audio Re-Route Cable, Antenna Doubler, Antenna Coax PN: UH60KIT, 0003- 6 each, Til Install Kit, TDFM600 - 6000 019301-1 PN: 019301-1, ITEM- 0004 6, each, Comant Antenna VHF/FM BNT Whip, 3 Hole Mount 138-174 MHz PN: CI292-3, ITEM- 0005 Comant UHF Blade 400-960 N Conn PN: CI285, LINE ITEM- 0006, Til Radio, 011210-3-6148-P477NV PN: TDFM6148. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-33 (Effective 15 Jun 09). This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 423690 and the Standard Size is 100 employees. The following clauses and provisions applies to this RFQ. 52.203-3 GRATUITIES (APR 1984), 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000), 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008), 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006) 52.212-1 Instructions to Offerors--Commercial Items.,52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAR 2009),, 52.242-13 BANKRUPTCY (JUL 1995), 52.247-34 F.O.B. DESTINATION (NOV 1991), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009), 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009), 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992), 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007), 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009), 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006), 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2008). 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991), 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002), 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002),. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, apply to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The award will be based on the aggregate total. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-line at http://orca.bpn.gov/publicsearch.aspx. The contractor must be CCR registered, the website is: http://www.ccr.gov/. 52.252-2 CLAUSES INCOPORATED BY REFERENCE: http://farsite.hill.af.mil. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (DEV), to include: 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, PROTEST AFTER AWARD (AUG 1996) (31 U.S.C. 3553). 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995), 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNs (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (15 U.S.C. 644). 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637 (D)(2) AND (3)). 52.219-14, LIMITATIONS ON SUBCONTRACTING (DEC 1996) (15 U.S.C. 637(A)(14)). 52.222-3, CONVICT LABOR (JUNE 2003) (E.O. 11755) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2006) (E.O. 13126). 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009)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 (SEP 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 (SEP 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). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFERCENTRAL CONTRACTOR REGISTRATION (OCT 2003), The following clauses also apply to this solicitation: DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, Quotes are due no later than 11:00 AM MST, 9 July 09, and should reference the solicitation number listed above. Quotes must be good for at least 30 days. Quotes may be mailed to POC: Tammie Hauger, USPFO for Idaho 3489 West Harvard ST. Boise, Id 83705 or faxed to 208-272-4603 or E-mailed to tammie.hauger@us.army.mil Contracting Office Address: USPFO For Idaho 3489 West Harvard Street, Boise, Idaho 83705 Ship To Address: USPFO For Idaho 3489 West Harvard Street, Boise, Idaho 83705 Primary Point of Contact.: Tammie Hauger, Contract Specialist tammie.hauger@us.army.mil Phone: 208-272-4603 Fax: 208-272-4632 Secondary Point of Contact: Jerry Deweerd, Contracting Officer jerry.deweerd@us.army.mil Phone: 208-272-4600 Fax: 208-272-4632
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-09-T-0011/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID<br />
- Zip Code: 83705-6512<br />
- Zip Code: 83705-6512<br />
- Record
- SN01860346-W 20090701/090630001152-21efd0a7d3de6e182a76db0b3b9c205c (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 |