Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

58 -- Coaxial Cable

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002950560003000
 
Archive Date
6/4/2015
 
Point of Contact
Milagros C. Halstead, Phone: 9514132509, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
Milagros.Halstead@dma.mil, susan.m.madrid.civ@mail.mil
(Milagros.Halstead@dma.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number: HQ002850560003000 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 effective 10 Apr 2015 and DFARS Publication Notice (DPN) 20150420. This acquisition is 100 % set-aside for small businesses and is Brand Name or equal. Vendors quoting EQUAL product must provide technical specification of the proposed EQUAL products. SEE ATTACHED CLIN STRUCTURE FOR DESCRIPTION OF ITEMS. CLIN # Product Part # Qty 0001 1. Andrew HU7-50A, 1 5/8" HELIAX® Standard Air Dielectric Coaxial Cable (500 ft.) (1 each) 2. "Andrew FSJ4-50B, HELIAX Super flexible Form Coaxial Cable, Corrugated Copper, 1/2"" " (200 FT x 3 EACH =600 each) 3. Andrew F4PNMV2-HC, 1/2" Foam Cable Connectors (30 each) 4. Andrew 40525B, Low-pressure Desiccant Dehydrator, 3.0-8.0 psig (2 each) 5. Andrew H7FB-110-S, 1-5/8 in EIA Female Flange with gas barrier for 1-5/8 in HJ7-50A air dielectric cable. (3 each) 6. Andrew AVA7-50, AVA750 1-5/8", FOAM, COAXIAL CABLE (75 each) 7. Commscope AL7E158-PS, 1-5/8 EIA CONNECTOR (A7 POSITIVE STOP) (6 each) Below are Part mumbers for line 1 through 7 HU7-50A FSJ4-50B F4PNMV2-HC 40525B H7FB-110-S AVA7-50 AL7E158-PS Below are the quantities for number 1 through 7 500 600 30 2 3 75 6 FOB DESTINATION 30 DAYS ARO Ship TO: Delivery Address: HQ0028 DEFENSE MEDIA ACTIVITY_SHIP TO SHEREE OGLE 23755 Z STREET RIVERSIDE CA 92518-2717 TEL: (951) 413-2661 FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. Re para (a): The North American Industry Classification System (NAICS) code is 334220 and the small business size standard is 750. Re para (b)(8): Quotes must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2014) with Alternate I (OCT 2014) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment. ADDENDUM TO FAR 52.212-1 Offerors must use the attached CLIN Structure for submission of pricing. GSA or open market prices will be considered. Please provide any applicable quantity or Government discount available. Required Company Information: (1) Cage Code & DUNS Number (2) Tax Identification Number (3) Business Size Period for acceptance of offers: Quotes offering less than 90 calendar days from the date designated for receipt of quotes for acceptance by the Government will be considered non-responsive and will be rejected. In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. The Government will only consider proposals from manufacturer's authorized resellers/partners. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. This contract will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil : FAR 52.211-6 - Brand Name or Equal FAR 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 Utilization of Small Business Concerns (OCT 2014) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (JUL 2013) DFARS 252.204-7004, Alternate A, Central Contractor Registration (FEB 2014) DFARS 252.211-7003, Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2014) DLAD Clause 52.211-9014, Contractor Retention of Traceability Documentation (AUG 2012) DFARS 252.204-7015 - Disclosure of Information to Litigation Support Contractors in solicitation DFARS 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations (Dev 2015-OO0005) (DEC 2014) in solicitation DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information (NOV 2013) in solicitation Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included. QUOTES MUST BE RECEIVED NOT LATER THAN 2 PM EASTERN TIME, 20 May 2015, IN ORDER TO BE CONSIDERED. Quotes may be emailed to milagros.c.halstead.civ@mail.mil or sent via fax to (951) 413-2432. Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time. Please allow extra time if you are sending your quote by electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is deliver/read. DMA Contracting cannot be held responsible for email delivery issues.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db720e65f0d79785dc0fa105d293cb27)
 
Place of Performance
Address: Delivery Address:, HQ0028 DEFENSE MEDIA ACTIVITY, SHEREE OGLE, 23755 Z STREET, RIVERSIDE CA 92518-2717, TEL: (951) 413-2661, RIVERSIDE, California, 92518-2717, United States
Zip Code: 92518-2717
 
Record
SN03723615-W 20150509/150507234947-db720e65f0d79785dc0fa105d293cb27 (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.