Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOLICITATION NOTICE

58 -- Band Pass Duplexers, Antennas and Parts - Brand Name or Equal - Required Solicitation Documents

Notice Date
3/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-15-0035
 
Archive Date
4/9/2015
 
Point of Contact
Frances Snowden, Phone: 505-563-7308
 
E-Mail Address
fsnowden@fs.fed.us
(fsnowden@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
USDA Provisional Clauses Commercial Clauses GPAT Post Bill of Materials (BOM) 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; proposals are being requested and a written solicitation will not be issued. The solicitation is for firm fixed price request for quote (RFQ), brand name or equal for Band Pass Duplexers, Antennas and Parts (Brand Name or Equal). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. This solicitation is a Small Business Set Aside. NAICS code: 334220, size standard 750. See attached schedule of equipment/supplies (Bill of Materials) for a list of contract line item number(s) and items, quantities and units of measure. FOB destination: Delivery Location: National Forests in Florida, 3250 Capital Circle SW, Tallahassee FL, 32310. The vendor must be capable of procuring and delivering the equipment listed within the contract within 60 days of contract award. 508 Solicitation : Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined NOT to be relevant for the following program need: "This request is for planned purchases contained in the Land Mobile Radio Program of Work and the approved Work Plan AAP Line Items for Life Cycle Replacement in FY 15. Items purchased will be lifecycle replacement of Radio Systems and infrastructure" Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: - Section 508 back office exception based on 1194.3(f)b. Justification for this claim is documented by the following: "To maintain and upgrade Land Mobile Radio (LMR) Systems in the Regions and Forests identified for replacement, upgrade and approved in the FY15 Work Plan, Program of Work and have AAR Technical Approvals in place. Technical environment features that might affect accessibility The equipment identified will only be used and maintained by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring in places such as remote shelters, telecommunication closets or stored by Radio technicians to quickly replace like for like faulty parts. All items purchased are commercial-off-the-shelf (COTS) items or from the Dept. of Homeland Security LMR BPA, and National Interagency Fire Center (NIFC) standards http://www.nifc.gov/NIICD/EngDev/digital.html for digital radio communications for use by federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. Any provisions or products determined to be commercially available in pre-solicitation market research and are indicated as either partially or not 508 compliant will be provided an alternative format or equivalent facilitation upon request for any individual seeking accessibility. Reasonable accommodation will be provided as required. " 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: (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 Bill of Materials. 2) Sign Provision-Clause 3) Fill out attached GPAT section 1194.41 where it states "yes" (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 have provision 52.212-3 filled out in SAM. 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: Additional Clauses that apply is the USDA Provisional Clause with is attached. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Quote related to Bill of Materials - 2. Signed Provision-Clause 3. Fill out attached GPAT section 1194.41 where it states "yes", a, b, c and first page with vendor name and product being acquired. 4. Delivery Time 5. Where product is manufactured
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-15-0035/listing.html)
 
Place of Performance
Address: National Forests in Florida, 3250 Capital Circle SW, Tallahassee, Florida, 32310, United States
Zip Code: 32310
 
Record
SN03672838-W 20150321/150319234932-73d14ab131c31d3f1629778392c2ede0 (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.