SOLICITATION NOTICE
58 -- Ground to Air Radios
- Notice Date
- 9/2/2014
- 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, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- F3F3Q14231AC01
- Archive Date
- 10/1/2014
- Point of Contact
- Erik W. Owens, Phone: 2088286479
- E-Mail Address
-
erik.owens@mountainhome.af.mil
(erik.owens@mountainhome.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, F3F3Q14231AC01. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and through Department of Defense Acquisition Regulation Change Notice 20140805. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as unrestricted. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750 EMP. CLIN 0001 BRAND NAME OR EQUAL - Jotron TR-7730U UHF AM Digital Tranceiver without the PSU - 7006 Power Supply UHF (225-400MHz) ground-to-air AM Transceivers 20+ Watt Output Power; 25 KHz channel spacing; 19" Rack mountable (3U's for both transceivers); 24 VDC input; 4-wire E&M or 6-wire PTT input 600 Ohms -36 -+10dBm; T/R Relay to allow one antenna for both TX and RX per radio; Continous Duty Cycle; Image and IF frequency response >110dB; Distortion <5% @ 90% modulation; AGC Range - 107 dBm to +5dBm; Squelch adjustable -107 dBm CLIN 0002 BRAND NAME OR EQUAL - Handheld microphone (v) The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: The vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible quoter whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Quoters shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FA52.212-2 Evaluation -- Commercial Items - Not Applicable (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@langley.af.mil.** (xiv) Defense Priorities and Allocation System (DPAS)- Not applicable (xv) SOLICITATION RESPONSES must be received no later than 1:00 pm Mountain Time 16 September 2014 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Mail or e-mail response to erik.owens.5@us.af.mil. Only an official representive can submit a quote. (xvi) Point of Contact: SrA Erik Owens, Contract Specialist, Ph 208-828-2116; e-mail: erik.owens.5@us.af.mil. TSgt Dana Johnson, Contracting Officer, Ph 208-828-5477, e-mail: dana.johnson.5@us.af.mil. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q14231AC01/listing.html)
- Place of Performance
- Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN03492489-W 20140904/140903000146-5fe79733f6a914326a6ed7972becaecd (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 |