Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
SOLICITATION NOTICE

70 -- Antenna System Parts for Monongahela National Forest

Notice Date
5/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
101B Sun Ave Ste 200, Albuquerque, NM 87109
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-13-0030
 
Response Due
5/28/2013
 
Archive Date
11/24/2013
 
Point of Contact
Name: Kiera Chavez, Title: Contract Specialist, Phone: 5055637051, Fax:
 
E-Mail Address
krchavez@fs.fed.us;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is AG-7604-S-13-0030 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 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside 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 2013-05-28 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Roanoke, VA 24019 The Washington Office Acquisition Management IT Support requires the following items, Brand Name or Equal, to the following: LI 001: LDF4-50A CommScope Coaxial Cable: must be 1/2" Foam Heliax Cable; 50 Ohms impedance; 40kW peak power; copper outer conductor; copper-clad aluminum inner conductor; 5" minimum bend radius;.815dB attenuation/100M @ 150 MHz and 1.45dB attenuation /100M @ 450 MHz. Must fit LDF4-50A connector (L4TNF-PSA) and prep tools already on hand. **Require two (2) 400' spools for safety of transportation.**, 800, Ft; LI 002: LMR-400 Times Microwave Coaxial Cable: must be Low loss 3/8" braided coaxial cable; 50 Ohms impedance; stranded outer conductor; bare solid copper center.108" diameter; 1.2dB attenuation/100M @ 100 MHz; 2.5dB attenuation/100M @ 400 MHz. **Must fit LMR-400 connector (RFN-1006-3I) and prep tools already on hand.**, 100, Ft; LI 003: CommScope SG12-12B2U Ground Kit: 48" #6AWG Lead; clip-style; 2-Hole Lug; must fit 1/2" corrugated cable (LDF4-50A)., 8, EA; LI 004: CommScope L4TNF-PSA Andrew N Female Positive Stop Connector: self flare; captivated silver plated center pin; 50 Ohms impedance; Andrews LDF4-50A compatible; must be used with prep tools already on hand., 20, EA; LI 005: RFI N Male Connector for LMR-400: crimp center pin (.128), crimp on braid (.429)., 10, EA; LI 006: Polyphaser IS-50NX-C0-MA-Flange Arrestor 1.5-400 MHz lightning protector: 50K amp surge; N Male antenna port; N Female equipment port; Flange mounting coaxial protectors bolt to a flat surface and require no permanent hole. Device is DC blocked to stop DC continuity and accommodate all equipment types. Handles 50 kA max. surge current; throughput energy 10mJ., 8, EA; LI 007: Wireless Solutions WS-AA-SNAP IN Stainless steel angle adapter: must have 3/4" hole used for snap-in hangers; 10/pk., 5, EA; LI 008: Wireless Solutions WSSH-U12 Stainless steel stackable snap-in hangers: used for 1/2" corrugated cable; must have 3/4" hole in support structure; 10/pk., 5, EA; LI 009: Wireless Solutions WSH-U12 Snap-in hangers for 1/2" corrugated & air cell cables: must snap into 3/4" hole; 10/pk., 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, Washington Office Acquisition Management IT Support 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. Washington Office Acquisition Management IT Support 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 30 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This solicitation is a Small Business Set Aside. NAICS code: 334220 and small business size standard is 750. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The non-cost factors are: 1) Meets the technical requirements of the line items. (b) 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 offer's 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. Offerors must include a completed copy of the provision at 52.212-3. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Signed USDA Clause-Provision Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-5, 52.203-6, 52.203-7, 52.211-5, 52.211-6, 52.216-24, 52.216-25, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.225-1, 52.225-13, 52.225-25, 52.232-33, 52.233-2, 52.233-3, 52.239-1, SECTION 508 SOLICITATION DOCUMENTATION 1. If Section 508 is relevant to program requirements based on the identification of acquisition deliverables that are Electronic and Information Technology (EIT). 2. Expected use and technical environment features that may affect Section 508. 3. Section 508 general exception claims and documentation for justification based on general program characteristics independent of the specific type of EIT. BIDS SHALL INCLUDE THE FOLLOWING: 1. Signed provision-clause. 2. Product specification sheets if bidding ?equal? items. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation is for firm fixed price request for quote (RFQ) for brand name or equivalent Antenna System Parts. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-13-0030/listing.html)
 
Place of Performance
Address: Roanoke, VA 24019
Zip Code: 24019
 
Record
SN03070388-W 20130525/130523235235-2e427ca9b73bffded919a2e8fad9ff01 (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.