SOLICITATION NOTICE
66 -- Hand Held Radios and Accessories
- Notice Date
- 9/23/2010
- 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-1
- Archive Date
- 10/9/2010
- Point of Contact
- Mark A. Garrison, Phone: 7026525488
- E-Mail Address
-
marka.garrison@nellis.af.mil
(marka.garrison@nellis.af.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. SOLICITATION #: F3G2AF0196A001A-1 This combined synopsis/solicitation is issued as a Request For Quotes. This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 750 Employees NAICS: 334220 - Radio and Television Broadcasting and Wireless Comm. Equipment Manufacturing. Nellis AFB, Las Vegas, NV requires a contract for the purchase and delivery of: CLIN 0001: 2 EACH - Part Number PRC6999-BBS-HTB UHF Handheld Radio, 100 Programmable Presets, Contiguous 30-512 MHz Coverage, JEM Urban 2m immersible radio, US Type 1 COMSEC encryption, includes SINCGARS, HAVEQUICK and ANDVT waveforms. Includes one each 30-90 MHz blade antenna, 90-512 MHz whip antenna, rechargeable Lithium-Ion battery, Accessory Bag, operator's Manual and Quick Reference Guide, five (5) year warranty on transceiver, one (1) year warranty on other items. CLIN0002: 1 EACH - Part Number MA6943 Vehicle Adapter for the AN/PRC-148 Multiband Inter /Intra Team radio CLIN0003: 1 EACH - Part Number 1600654-1 Single Slot Li-Ion Battery Charge MBITR(120/240 VAC) - Replaces 1600581-1 This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following Numbered Notes apply to this Solicitation: 22 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. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB. 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. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to marka.garrison@nellis.af.mil no later than 24 September 2010, 1:00 pm PAC. The anticipated award date will be by 30 September 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2AF0196A001A-1/listing.html)
- Place of Performance
- Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02294143-W 20100925/100923235204-884725cdc63ac1187768d7fc8cef83d2 (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 |