SOLICITATION NOTICE
99 -- UHF AMXS
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G2AF0196A001A
- Archive Date
- 9/28/2010
- Point of Contact
- Mauricio Moreno, Phone: 7026528463
- E-Mail Address
-
mauricio.moreno@nellis.af.mil
(mauricio.moreno@nellis.af.mil)
- 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. SOLICITATION #: F3G2AF0196A001A This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 334220 - Radio and Television Broadcasting and Wireless Comm. Equipment Manufacturing. The purchase of the following item from Thales Communications, Inc. CLIN 0001: (02EACH)UHF Hand Held Radio,100 Programmable Presets, Contiguous 30-512 MHz Coverage JEM Urban 2m immersible radio, US Type1 COMSEC encryption, includer SINCGARS, HAVEQUICK and ANDVT waveforms. Includes one each 30-90 MHz blade antenna, 90-512 MHz whip antenna, rechargeable Lithium-Ion batter, Accessory Bag, operator's Manual and Quick Reference Guide 5 yer warranty on transceiver, 1 yr warranty on other items. CLIN0002: (01EACH)Vehicle Adapter for the AN/PRC-148 Multiband Inter /Intra Team radio. CLIN0003:(01EACH) Single Slot Li-Ion Battery Charge MBITR(120/240 VAC)-Replaces 1600581-1 See supplementa for Picture of radio, Veheicle adaptor and letter from vendor The following Numbered Notes apply to this Solicitation: 22 The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The following provisions and clauses (current through FAC 2005-43 effective 2 August 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to mauricio.moreno@nellis.af.mil no later than Wednesday, 13 September August 2010, 12:00 pm PST. DETERMINATION: The undersigned Contracting Officer certifies that, IAW FAR 13.106(b), the circumstances of this acquisition deem only one source is reasonably available to satisfy the requirements of the government. This determination is based upon the following facts and/or circumstances: FINDINGS: 1. The requirement is valued at or below the simplified acquisition threshold. 2. This requirement is for the purchase of additional equipment that must tie into an existing infrastructure. 3. The products to be purchased are manufactured solely by Thales Communications, Inc. and are not offered for sale through third party vendors. 4. Award of contract to a vendor other than Thales Communications, Inc. will require replacement of existing infrastructure and equipment. Costs incurred by replacement of equipment are not expected to be recovered through competition. 5. It is the intent of the government to publicize this requirement via GPE to allow for any sources that were not discovered during market research the opportunity to identify their interest and capability to respond to the requirement and submit proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2AF0196A001A/listing.html)
- Place of Performance
- Address: NELLIS AFB, United States
- Record
- SN02272254-W 20100910/100908235017-5db47f7901115c035030491cf99fd4cf (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 |