Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOLICITATION NOTICE

58 -- RECONDITION, UPGRADE AND SUPPLY ADDITIONAL PARTS FOR GFE HMC-ICP TELEPHONE & PA SYSTEM

Notice Date
5/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NMAN7200-15-01361
 
Archive Date
6/10/2015
 
Point of Contact
Linda L Mullen, Phone: 757-441-3436
 
E-Mail Address
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.gov)
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NMAN7200-15-01361. The U.S. Dept of Commerce, NOAA SHIP FERDINAND HASSLER, Norfolk, Virginia has a requirement for the vendor to Modify, repair, rework and supply new parts for a Government owned Hose-McCann Communications-Integrated Communications Platform (HMC ICP) Integrated Telephone and Public Address (PA) System in accordance with the following statement of work. Statement of Requirements (SOW) NOAA Ship Ferdinand Hassler 1.0 Recondition, upgrade and supply additional parts for a GFE HMC-ICP Telephone & PA System removed from the Delaware II 2.0 References 2.1 None. 3.0 Government Furnished Material 3.1 (1) System node, unpopulated 3.2 (1) Power supply and switch assembly, originally mounted in System node 3.3 (1) Patch panel assembly, originally mounted in System node 3.4 (2) 1U Controller assemblies 3.5 (2) Epic Mini Touch Screen Controllers and Handsets 3.6 (22) 305F Speakers 3.7 (4) 305B Speakers 3.8 (1) Loudhailer and sound tube 3.9 (1) Shoreline connection box 3.0 Requirements 3.1 Inspect, repair, clean, recondition, rewire and upgrade GFE items as required to bring the all of the equipment to the latest hardware, software, firmware levels consistent with what is being currently sold as the latest equipment. Touch up paint on System node, but do not repaint entire unit. 3.2 Supply (1) New floor mounted UPS, ICP-FM-UPS-30M or equivalent. Input voltage is 230VAC Wye(Y). UPS shall provide 30 minute back up time to system node. 3.3 Supply one New IP-Relay box (for TV/Bell/Whistle connections). 3.4 Supply (1) New Loudhailer assembly consisting of a 20" projector, box driver, and 3' sound tube. 3.5 Supply (1) New Loudhailer IP box driver (to be used in conjunction with GFE Item 3.8). 3.6 Supply ( 13) New Public Address/Talk back units, NEMA 4X rated, all in one style units. 3.7 Supply (4) New IP, PA Speaker Horns (Talkback), corrosion free. 3.8 Supply (21) New IP, PA speaker Horns, corrosion free. 3.9 Supply (1) New IP compatible Explosion proof horn, for fueling area, corrosion free. 3.10 Supply (2) New Full 12 button, full function phones, Phones shall have the ability for one button call hold and retrieve feature. Install button function information labels on all phones. 3.11 Supply (16) New Standard function phones. Phones shall have ability for one button call hold and retrieve feature. Install button function information labels on all phones. 3.12 Supply ( 11) New Ruggedized telephones. 3.13 Supply (10) New Amber Rotating, beacons for telephone visual indicator. 3.14 Supply (1) New 8 Input FXO for Iridium, VOIP, and Sat Phone tie in. 3.15 Supply (1) New Two port FXS for FAX connection. 3.16 Supply (1) New 150' Shoreline connection cable, 4 lines. 3.17 Supply (1) New IP Watertight Jack box. 3.18 Supply (1) Set of drawings; layout, Hook up, Data sheets in both hard (printed) and in.pdf format. 3.19 Provide a 6 month warranty on returned and refurbished parts and a 12 month warranty on new parts. 4.0 Quality Assurance 4.1 Provide data sheets on test run and modifications made on new and updated equipment. 5.0 Notes 5.1 System was originally installed on the NOAA Ship Delaware II and removed in 2011. END OF SPECIFICATION "The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required" This procurement is being solicited as a 100% Small Business Set-Aside. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov. The FSC for this is 5805 and the NAICS Code is 334210, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, dated 5/07/2015. FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2014) applies. Evaluation will be in accordance with FAR 52.212-2 (OCT 2014) Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price and who can best meet the required location. FAR 52.241-1 Government Property (APR 1012), FAR 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2015) --Offerors must include a completed copy of its provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2015) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (4), (8), (10), (14), (22), (25), (26), (27), (28), (31), (33), (40), (42), (44) and (50). CAR Clauses 1352.201-70 Contracting Officer's Authority (APR 2010), 1352.209-73 Compliance with the Laws (APR 2010) and 1352-209-74 Organizational Conflict of Interest (APR 2010). The following addenda or additional terms and conditions apply: None. No Defense Priorities and Allocations System (DPAS) rating is assigned. Copies of the solicitation will only be posted on FEDBIZOPPS webpage www.eps.gov. Hard copies of the RFQ will not be issued. Offers must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 4:00 P.M May 26, 2015. Vendors whose offer expires prior to closing date will not be accepted. Offerors shall provide 60 day acceptance period of their offers. Offerors shall provide their DUNS number with their quote. Offers maybe faxed to 757-664-3649 or via e-mail to Linda.Mullen@noaa.gov. Inquiries will only be accepted via email to Linda.Mullen@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NMAN7200-15-01361/listing.html)
 
Place of Performance
Address: 439 WEST YORK STREET, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN03736948-W 20150521/150520000226-31eb5d227ec1adc48ebdfc87390ac6a6 (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.