SOLICITATION NOTICE
70 -- AUTOSAT SERVER
- Notice Date
- 7/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- 2165-0181-0644
- Archive Date
- 8/10/2010
- Point of Contact
- Milagros C. Halstead, Phone: 9514132509, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil
(Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation 2165-0181-0644 HARRIS - AUTOSAT SERVER AND BACKUP TO REPLACE EXISTING SERVER. This is a combined synopsis/solicitation for Unique to manufacture commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number 2165-0181-0644 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-4B effective 2 JULY 2010 and DFARS Change Notice 20090115. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008) : (a) Re para (a): NAICS 334220; this requirement is UNTRESTRICTED, Size Standard 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable quote with acceptable past performance." Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001. Technical specifications for quoted items MUST accompany the offeror's proposal submission in order to be considered. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 26 JULY 2010 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to milagros.halstead@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2009) with Alt 1 (APRIL 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN Description Qty Unit Cost Extended Cost AUTOSAT SERVER AND BACKUP TO REPLACE EXISTING SERVER. 1. 9 PORT ATOSAT CHASSIS ASSEMBLY FOR AUTOSAT SYSTEMS HARRIS PART # 300926-03 (QTY 2 EACH) 2. 4 RU FRONT DOOR ASSEMBLY FOR H-CLASS DEVICE CONTROLLER PART NUMBER #50850 (QTY 2 EACH) 3. ONSITE COMMISSIONING (QTY 1 EACH) 4. TRAVEL AND EXPENSES NOT TO EXCEED ($600.00) 1 EACH SHIPPING TO: JERRY SHORTER 23755 Z STREET RIVERSIDE, CA 92518-2017 All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUNE 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JULY 2010) FAR 52.219-6 Notice of total Small Business Set Aside (june 2003) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/2165-0181-0644/listing.html)
- Place of Performance
- Address: 23755 Z STREET, RIVERSIDE, California, 92518-2017, United States
- Zip Code: 92518-2017
- Zip Code: 92518-2017
- Record
- SN02202625-W 20100714/100712234739-13f01c94d0f1ea2d0381a09b19553dca (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 |