|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18,1996 PSA#1703Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB
OH 45433-5309 58 -- AN/PRC-117D(C) RADIO SET WITH EQUIPMENT SOL F33601-96-R-0200 DUE
111296 POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste 3,
WPAFB OH 45433-5309, POC: S. Siglar/PKWOC/937-257-5192, FAX No (937)
257-3926. Wright-Patterson Air Force Base, OH intends to negotiate on
a sole source basis with Harris Corporation-RF Communications,
Pittsburgh PA for two AN/PRC-117D(C) Multiband Manpack Radio Sets with
Rechargeable batteries plus support equipment. 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 solicitaiton no
F33601-96-R-0200 is a Request for Qoute (RFQ). This solicitation
document and incorporated provisions and clauses are those in effect
thorugh Federal Acquisition Circular 90-36. The associated Standard
Industrail Code (SIC) for this procurment is 3663. There are three
contract line items: CLIN 0001, AN/PRC-117D(C) Multiband Manpack Radio
Set with rechargeable Ni-Cad Batteries, quantity two (2); CLIN 0002,
BB-590/U Rechargeable NI-Cad Batteries, quantity two (2); CLIN 0003,
103590-0550 Trickle Battery Charger 115 VAC, quanitity one (1). The
AN/PRC-117D(C) Multiband Manpack Radio Set will be used as Government
Furnished Equipment (GFE) for use by Lockhed-Martin (LMTAS) to complete
full integration of the Improved Data modem (IDM) on the F-16 Block 40
Aircraft. This required GFE is developed and sold only by the Harris
Corporation-RF Communications Division. The AN/PRC-117D(C) is the only
available radio to support the equipment being used for F-16/IDM
integration. Delivery is required within 30 dyas after contract award,
FOB destination is Lockheed Martin Tactical Aircraft Systems, Fort
Worth TX. This procurement is being conducted under the simplified
Acquisition Threshold (SAT) portion of the Federal Acquisition
Streamlining Act (FASA). The following FAR provisions apply to this
solicitation: 52-212-1, Evaluation-Instruction to Offerors--Commercial.
The offer must be held open for 60 days; 52-212-2 are as follows: (I)
technical capability of the item to meet the Government requirements.
Provide information or brochures in order to evaluate quote; (II) past
performance; (III) price; in descending order of importance. Tehnical
and past performance, when combined, are significantly more important
than price. All offerors are to include with their offers a completed
copy of provision 52.213-3, Offeror Representations and
Certification--Commercial Items (available upon request). The following
FAR clause applies to this acquisition; 52.212-4, Contract Terms and
Conditions--Commerical Items (Oct 1995), is hereby incorporated by
reference. The following FAR clauses, which are cited in clause
52-212-5. Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items are applicable to this
acquisition; 52.222-26, Equal Opportunity; 52.222-35, Affirmative
Action For Special Disabled Veterans and Veterans of the Vietnam Era;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. The following additonal defense FAR clauses, which are
cited in clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to defense
Acquisitions of Commercial Items, are applicable to this acquisition;
252.219-7006, Notice of Evaluation of Preference for Small
Disadvantaged Business Concerns (Alt I); 252.225-7001, Buy American Act
and Balance of Payment Program. Faxed offers will not be accepted.
Direct all communication concerning this acquisition to Capt Scott
Siglar, 1940 Allbrook Dr. Ste 3, WPAFB OH 45433-5309, (937)257-5192.
All offers are due 4:00 PM on 12 November 1996. An Ombudsman has been
established for this acquisition. The only purpose of the Ombudsman is
to receive and communicate serious concerns from potential offerors
when an offeror prefers not to use established channels to communicate
his/her concern during the proposal development phase of this
acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman. Potential offerors are invited to
contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K
Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855,
E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See
Numbered Note(s): 22. (0290) Loren Data Corp. http://www.ld.com (SYN# 0166 19961017\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|