Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

59 -- Iridium Satellite Equipment

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-09-T-0007
 
Archive Date
8/8/2009
 
Point of Contact
Randy L. Corry, Phone: 3106535384, Rebecca W Ban, Phone: (310) 653-5381
 
E-Mail Address
randy.corry@losangeles.af.mil, rebecca.ban@losangeles.af.mil
(randy.corry@losangeles.af.mil, rebecca.ban@losangeles.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Commercial Purchase in accordance with FAR Part 12. 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. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-09-T-0007 Incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 14 July 2009. The North American Industry Classification System (NAICS) code is 517410 with a standard size of $15 million. This solicitation is 100% set aside for small business concerns. In accordance with FAR Part 12, the contractor shall provide pricing for each contract line item. Contract Line Item Number (CLIN) 0001, One (1) Iridium Satellite Equipment, Installation and labor. Iridium Satellite Antenna equipment is required to enhance connectivity of existing Iridium satellite phones to the Iridium network while users are inside LAAFB buildings 271,229, and Ft Mac building 410. CLIN 0002, Three (3) Antcom Iridium, Helix Antenna, Color White. CLIN 0003, Three (3) ASE MC-01 COM Center for Iridium, CLIN 0004, Three (3) Polyphaser in line Suppressor for Mobile Satellite System & Iridium, CLIN 0005, Three (3) Iridium Pigtail Jumper 1.5 meter, CLIN 0006, Three (3) Iridium Pigtail Jumper.5 meter, CLIN 0007, Three (3) LMR 600 (up to 90 ft), CLIN 0008, Three (3) Stuf Dielectric Water Proofing Filler, CLIN 0009, Three (3) COAL-SEAL - Hand Moldable Fitting Seal, CLIN 0010, One (1) FedEx Express Shipping, CLIN 0011, One (1) Installation. Iridium Satellite Antenna equipment is required to enhance connectivity of existing Iridium satellite phones to the Iridium network while users are inside Los Angeles Air Force Base buildings 271, 229, and Fort MacArthur building 410. Contractors will be evaluated on a Lowest Price Technically Acceptable basis. A contractor is considered "Technically Acceptable" if they can provide and install the required items. Vendors are required to submit their Federal Tax ID and Cage code with their quote. This acquisition will be firm-fixed price. The following provisions and clauses are applicable. For full text of a provision or a clause, the following website is provided: http://farsite.hill.af.mil. The provisions at the Federal Acquisition Regulation (FAR) 52.204-6, Data Universal Numbering (DUNS) Number (Apr 2008); 52.212-1, Instructions to Offerors - Commercial Items (Oct 2003), applies to this acquisition. In accordance with FAR 52.212-2, Evaluation -Commercial Items (Jan 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government may award a contract on the basis of initial offers received without discussions. Therefore, each initial offer should contain the best terms and provide the Government the best possible service end product. All offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification - Commercial Items (Jun 2003), with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2003) applies to this acquisition. The following clauses at FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-7, Central Contractor Registration (Apr 2008); 52.219-6, Notice of Total Small Business Aside (June 2003); 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) applies to this acquisition. The following clauses in the Defense Federal Acquisition Regulation Supplement (DFARS) apply to this acquisition: DFARS 252.204.7004, Required Central Contractor Registration (Sept 2007); 252.212-7001, Contract Terms and Conditions to Implement Statutes (Mar 2008). The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The contractor will be allowed access to the Air Force base in order to perform work-related activities that include installation and maintenance of the system. To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number will be acquired from the website: http://www.dnb.com/. Verification of CCR registration and Tax ID number must accompany your quote. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The completed RFQ shall be submitted by 4:00pm, Pacific Standard Time, 24 July 2009. They will be accepted by mail at: 61 CONS/LGCA, ATTN: Randy Corry, 483 N Aviation Blvd, El Segundo, CA 90245-2808. RFQs will also be accepted by FAX to: 310-653-6117. Email will also be acceptable at randy.corry@losangeles.af.mil and rebecca.ban@losangeles.af.mil. Oral communication is not acceptable in response to this Synopsis/Solicitation. Questions may be directed to Randy Corry, (310) 653-5390 or Rebecca Ban, (310) 653-5381.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-09-T-0007/listing.html)
 
Place of Performance
Address: 483 N. Aviation Bld., El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01879635-W 20090719/090718000718-c706d2a86e140c2c12db305429a47938 (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.