Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

58 -- PRD-13 (V) 2 Spares System

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81F4N-0336-0002
 
Archive Date
3/1/2011
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation W81F4N-0336-0002 is being issued as a Request for Quotation and all quotes will be evaluated as "ALL or NONE" for purpose of award using lowest cost technically acceptable evaluation method. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. Solicitation is an unrestricted procurement. North American Industry Classifications System Code (NAICS) is 334220 and the size standard is 750 employees. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following: 1. Three (3) PRD-13 (v) 2 Spares Systems, L-3 Communications systems or equal. The following items comprise the PRD-13 (v) 2 Spares Systems: MD-405A (include manuals one per system) DF MA445C Antenna Cable Assembly, RF/Control 50' Power Supply, AC/DC 16V Kit, Battery Adapter BB390 MA-715A (include manuals one per system) Cable Assembly, RF/Control 10' Tripod Assembly & Mod APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer- Center Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-99 Deviation 2010-O0013 - Notification of Employee Rights under National Labor Relations Act; FAR 52.233-2 Service of Protest; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses DFARS 252-203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Central Contractor Registration, Alternate A; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.225-7020 Trade Agreements Certificate DFARS 252.225-7021 Trade Agreements DFARS 252.232-7010 Levies on Contract Payments. NOTES: •1. The contract type for this procurement will be firm-fixed price. •2. Quotes will be evaluated as "All or None". Quotes that are not complete shall be considered "Nonresponsive". Award will be made to the Company that provides a technically acceptable complete workable system at the lowest price and best interest of the Government. •3. Provide GSA, Tax ID, Cage Code & DUNS •4. Payments will be processed through Wide Area Work Flow. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.bpn.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. In addition to the completion in ORCA, if the offeror is proposing items manufactured from other than the United States, they shall state the "Country of origin" with their offer. Offers shall be received NLT 4:30 P.M. MST on February 14, 2011. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81F4N-0336-0002/listing.html)
 
Place of Performance
Address: USPFO for Utah, 12953 South Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN02374207-W 20110209/110207234009-87ad8378d9dec769b8c1247e5c899ae2 (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.