Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
MODIFICATION

58 -- Radio Communication Equipment

Notice Date
7/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2230 Gallows Rd., Dunn Lorring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
PR1322337
 
Response Due
8/2/2011
 
Archive Date
1/29/2012
 
Point of Contact
Name: Jim Burdan, Title: Senior Procurement Manager, Phone: 5712269752, Fax:
 
E-Mail Address
burdanjw@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is PR1322337 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20116 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, HF-NGT NGT SRx Base Station Package. (Includes:)10 ea. OS-0562S-OO9 RF Unit, NGT SRx10 ea. 08-05629-009 Handset, NGT SRx10 ea. 15-10486 Opt GPS, NGT SR/SRx/ASR/AR10 ea. 15-10507-000 Opt CES 128 Voice Encryptor NGT (Int Fit)10 ea. 15-04140-EN NGT SRx Tcvr Getting Started Guide10 ea. 15-00766 NGT Desk Console (VR/SRx/AR Voice)40 ea. 30-11208-000 Feet, Rubber Self Adhesive 15,7mm10 ea. 05-06374 Earth Braid10 ea. 78-20022 Tcvr Supply, 3020 c/w packaging10 ea. 12-50146-EN 3020 Tcvr Supply Info Sheet10 ea. 67-90308 Cable, 3C Blk Mid IEC-EU 2m10 ea. 15-00463-001 C463 Multiwire Broadband Dipole 250W10 ea. 08-01503-030 Cable, Coax assy (RG58 UHF) 30m, 10, EA; LI 002, HF-NGT NGT SRx Mobile Package. (Includes:)15 ea. 08-05628-009 RF Unit, NGT SRx15 ea. 08-05629-009 Handset, NGT SRx15 ea. 08-06022-001 Cable Control NGT Voice 6m15 ea. 15-10486 Opt GPS, NGT SR/SRx/ASR/AR15 ea. 15-10507-000 Opt CES128 voice Encryptor NGT (Int Fit)15 ea. 15-04140-EN NGT SRx Tcvr Getting Started Guide15 ea. 15-00129 Cradle, NGT Handset15 ea. 15-00649 Spkr, Extension, 4m lead15 ea. 15-00130 Cradle,NGT RF c/w Battery obl15 ea. 15-00112 Instln hardware kit (vehicle)15 ea. 08-05063-001 9350 Auto Tuning Antenna15 ea. 15-04142-EN 9350 Antenna Installation Handbook15 ea. 08-05140-001 Spring, 935015 ea. 78-23007-003 Whip, Fiber Glass, 1,8m15 ea. 78-23025 Whip, Stainless Tapered, 1,2m15 ea. 08-05627-006 Cable, Control NGT-9350 6m15 ea. 08-01503-006 Cable, Coax assy (RG58 UHF) 6m, 15, EA; LI 003, 15-00765 GPS Rcvr, suit SRx / AR Voice, 15, EA; LI 004, 78-07003-050 GPS Tracking Software - 50 users, 1, EA; LI 005, 08-05086-001 Cable, Data Interface 2m, 1, EA; LI 006, 08-06380-01 Cable, Serial 6way to D9F, 1, EA; LI 007, 08-06380-001 FED-STD-1045 ALE/CALM, 25, EA; LI 008, 15-00531 Power supply, Solar Panel (2,7A) 12V, 10, EA; LI 009, 15-04128-EN NGT System Programmer CD, 5, EA; LI 010, 08-05-123-001 Cable, NGT Programming Handset-D9F, 25, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 120 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 120 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyers requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Sellers bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/PR1322337/listing.html)
 
Place of Performance
Address: Sterling, VA 20116
Zip Code: 20116
 
Record
SN02515643-W 20110731/110729235228-2150c59b6397954eb6ca64751c94ebf7 (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.