Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
MODIFICATION

59 -- The Mission and Installation Contracting Command has a requirement for spare parts for the Army/Navy Portable Radio Communication (A/N PRC-148).

Notice Date
1/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W911S112T6101
 
Response Due
2/1/2012
 
Archive Date
4/1/2012
 
Point of Contact
Stephanie Shelton-Howell, 609-562-2695
 
E-Mail Address
MICC - Fort Dix (RC - East)
(stephanie.m.howell2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services No. W911S1-12-T-6101 prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S Army Reserve, Mission and Installation Contracting Command, Mission Contracting Office, Fort Dix, NJ 08640 intends to make an award on a sole source basis To Thales Communication Inc for Spare Parts for the Army Navy Portable Radio (A/N PRC-148) to include parts: System Module 20m4101141-501-SP Front Panel CCA 2m4101162-502-SP CCA Control Crypto B4101146-501-SP 20m Replenishment Kit1100604-502 Transceiver Module TCVR 30-5124101143-501-SP Urban Intermediate Spares Kit1100605-502 CCA Keypad4101150-501 System Module 2m4104491-504-SP Front Panel CCA 20m4101162-501-SP The NAICS code for this acquisition is 334220 with the small business size standard of 750 employees The proposed delivery period is 09-22 February 2012. I.A.W. FAR 2.101 this is a commercial acquisition. The solicitation is a request for quote and is issued as a sole source acquisition. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. Solicitation number W9111S1-12-T-6101 is issued as a Request for Quote (RFQ). Offeror Due Date is 1 February 2011 by 12:00 am EST. Fax to 609-562-3625 or email to Stephanie.M.Howell2.civ@mail.mil. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. The supplies will be delivered to the following location: DOL Combined Maintenance Facility BLDG 8411 Range Road and 86TH Avenue Fort Dix New Jersey 08640-5021 The Bid Schedule is provided as an attachment to this solicitation/synopsis at Attachment 0001. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-2 Evaluations- Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items FAR 52.215-20 Alt I Requirements for Cost Or Pricing Data FAR 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data-Modifications FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.212-5, the following clauses apply: FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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 Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001 the following clauses apply: DFARS 252.225-7002, Quality country sources as subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.225-7031, Secondary Arab boycott of Israel DFARS 252.232-7003, WAWF- WIDE AREA WORK FLOW (WAWF) PROGRAM It is requested that all Contractors view the following Attachments: Attachment 0001 Schedule of Items All Contractors not registered in the Central Contractor Registration (CCR) database prior to award or quotes will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register online at http://www.ccr.gov. Basis of Award: In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest, responsive quote, and responsive proposal and is deemed acceptable and responsible by the Contracting Officer. The anticipated award will be a Firm-Fixed Price contract. The Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DEADLINE: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to Contract Specialist, Stephanie Shelton-Howell @ Stephanie.m.howell2.civ@mail.mill, no later than 1:30pm (Eastern Standard Time) on 1 February 2012. Responses should be marked with the solicitation number; these and all other correspondence may be directed to the above POC. Point of Contact(s): Stephanie Howell, 609-562-2695 This is Attachment 0001 the BID SCHEDULE, the quantity for each is 1. Please provide: DUNS______________________ CAGE ______________________ TIN_________________________ Name of Company________________________ POC_______________________________ Phone Number ___________________________ Email___________________________________ System Module 20m4101141-501-SP$ Front Panel CCA 2m4101162-502-SP$ CCA Control Crypto B4101146-501-SP$ 20m Replenishment Kit1100604-502$ Transceiver Module TCVR 30-5124101143-501-SP$ Urban Intermediate Spares Kit1100605-502$ CCA Keypad4101150-501$ System Module 2m4104491-504-SP$ Front Panel CCA 20m4101162-501-SP$
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3cc47fb0f99bee74c6fa698ff08866be)
 
Place of Performance
Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02662116-W 20120128/120126234955-3cc47fb0f99bee74c6fa698ff08866be (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.