Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

D -- UPGRADE FROM CONVENTIONAL TO P25 9600-BAUD TRUNKING AND INSTALLATION OTAR, RS232 PACKET DATA AND OTAP SOFTWARE.

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
 
ZIP Code
00000
 
Solicitation Number
M6740010T0118
 
Response Due
6/30/2010
 
Archive Date
7/9/2010
 
Point of Contact
Ramarie S. Moore 011816117458542
 
E-Mail Address
ramarie.moore@usmc.mil
(ramarie.moore@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-10-T-0118 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and Defense Acquisition Circular 91-13. The NAICS code is 334220. The agency need is for: CLIN 0001: (QTY. 56) UPGRADE FROM CONVENTIONAL TO P25 9600-BAUD TRUNKING AND INSTALL OTAR, RS232 PACKET DATA AND OTAP SOFTWARE. SEE ATTACHMENT SOW. Expected delivery to the end-user, Bldg 5668, AC/S G-6 Division, Camp S.D. Butler, Kitamae, Chatan Cho, Nakagami Gun, Okinawa, Japan is NLT 90 ARO. All offers shall be in English language. Stateside delivery and local delivery is acceptable. Delivery point from local quotes is to Bldg 5668, AC/S G-6 Division, Camp S.D. Butler. Delivery point from offers within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. All services/material awarded under this contract are expected to be delivered and installed 90 days after the award. The Government intends to make a single award to the responsible quoter whose quote is the most advantageous to the Government considering price, quality, and delivery terms. The following Provisions apply to this acquisition: FAR CLAUSES 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-2 Combating Trafficking in Persons. 252.203-7002 Display of DoD Hotline Poster. 252.204-7000 Disclosure of Information,52.212-1 Instructions to Offerors-Commercial Items (Sep 2006), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certification Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007), 52.233-3 Protest after Award 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. DFAR CLAUSES 252.211-7003 Item Identification and Valuation (Jun 2005), 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) and 252.233-7001 Choice of Law (Overseas) (Jun 1997). 252.225-7043 Antiterrorism/force protection policy for defense contractors outside the United States. 252.201-7000 Contracting Officer's Representative. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.209-7006 Compliance with local labor laws (overseas). 252.209-7006 Limitations on Contractors Acting as Lead System Integrators. 252.211-7006 Radio Frequency Identification. Responsible quoter must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004 (Sep 2007). DUNS, TIN, and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Columbus. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil The following information must be provided with this quotation: Commercial and Government Entity Code (CAGE). Taxpayer Identification Number (TIN). Data Universal Numbering System (DUNS). Estimated Delivery Date: GSA contract number (if applicable) Remit to Address Offers can be faxed to 011816117450959 or e-mailed to ramarie.moore@usmc.mil. Offers must be received no later than 1 June 2010, 3:00 PM Eastern Standard Time(EST) Questions can be addressed by email to SSgt Moore, Ramarie S. ( ramarie.moore@usmc.mil) no later than 29 June 2010, 3:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740010T0118/listing.html)
 
Record
SN02166850-W 20100605/100603234616-c3b7962db8fa4455d5e73a2382d3c1a2 (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.