|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#211150 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 58 -- RADIOS SOL FA255098Q0610 DUE 062298 POC TSgt Johnson, Buyer
(719) 567-3827, Billie Nigro, Buyer (719) 567-3839 E-MAIL: Buyer,
johnsonje@fafb.af.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in 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 FA2550-98-Q0610 applies and is issued as a request
for quote (RFQ) This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-4 and Defense Acquisition Circular 91-13. The standard industrial
code is 3669 and the business size standard is 750 employees. This
requirement is for a fixed price contract for one line items and
accessories as follows: Line item 0001: Quantity 2 Each; Item
Description: MOTOROLA LSSC-6000 Radio, Mfr: Motorola, Part Number
01-P39293N060 or equal. Includes LSSC-5000 Briefcase with LST-5D
removable and mountable transceiver to allow for portable/backpack
configuration. Briefcase mustbe a self-contained unit and provide for
mounting options of components with various configurations. Briefcase
must be aluminum, man portable, no more than 45 pounds in weight.
Briefcase will have a built in power supply (15 AMP, 24 VOLT) with AC
and DC input cables, operating manuals, applicable fuses, and global
pointing guide. Other accessories include: LSBC-102(V)1, Battery
Charger, BB-590/U, Nicad Battery, 9 DB Standard foldout Satellite
Communications (SATCOM) Antenna, AV-2040-2A Antenna, PTUA-200 LOS
Antenna, 225 to 399.995 MHz AM/FM UHF line of sight, 5 and 25 kHz
dedicated SATCOM and DAMA SATCOM. DOD UHF SATCOM and LOS frequency
band. Must meet DOD UHF SATCOM architecture and interoperability
requirements. MILITARY STANDARDS (MIL-STD) 188-181, 188-182, and
188-183. LADC meets MIL-STD 188-184. Carrying bag for radio must have
compartments to store manuals, printers and other accessories. Power
output FM,PM: adjustable in 2 watt steps from 2 to 18 watts, AM: 2
watts or 5 watts. Power source 11 -- 30 VDC, 95-270 VAC, 40-400 Hz,
Operating Temperature -30 degrees Celsius to +50 degrees Celsius.
Radios provided must be Joint Chief of Staff (JCS) UHF DAMA Compliant
and Joint Interoperability Test Center (JITC) certified. Sixteen hours
(16) of training by the supplier will be conducted at Falcon AFB for
unlimited persons within 30 days of final acceptance and delivery of
radios by the Agency. Required delivery schedule is 1 Aug 98. Delivery
is F.O.B. Destination to 50 CS, Falcon Air Force Base, Colorado,
80912. IAW FAR 13.601 a fixed price purchase order will be awarded
based on Simplified Acquisition Procedures (SAP). Under SAP, this
procurement is unrestricted. Award will be made on all or none. All
responsible sources may submit an offer that will be considered by the
Agency. The following provisions apply to this acquisition: 52.203-6,
Restrictions on Subcontractor Sales to the Government, 52.212-1,
Instructions to Offerors -- Commercial; 52.212-4 Contract Terms &
Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial Items,
52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned
Small Business Concerns. Specifically the following clauses, cited are
applicable to this solicitation: 52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era. The clause at DFARS 252.212-7800, Contract Terms
and Conditions Required To Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies to this
solicitation. Specifically the following clauses, cited are applicable
to this solicitation: 252.225-7001, Buy American Act and Balance of
Payment Program; 252.225.7014, Preference for Domestic Specialty
Metals, 252.225-7036, North American Free Trade Agreement
Implementation Act. The clause at 52.212-2, Evaluation -- Commercial
Items, is applicable. The specific evaluation factors are a) technical
capability of the items offered to meet the Government requirement and
b) price. Equal items furnished must have the same form, fit and
functions of the item depicted in the description above and allow for
utilization without modification to the end item. If quoting on other
than the exact item requested, offer must provide descriptive
literature as part of your quote. Literature should show design,
materials, components and performance characteristics and include
manufacturer and part number. The contractor shall extend to the
government, the full coverage of commercial sale, provided such
warranty is available at no additional cost to the Government. Offerors
must include with their offer a completed copy of the provisions at FAR
52.212-3, Offeror Representation and Certifications -- Commercial
Items, and DFARS 252.212-7000, Offeror Representations and
Certifications -- Commercial Items. Offeror must also provide its Tax
Identification number, Commercial and Government Entity (CAGE) code and
DUNS number IAW 252.204-7004, Required Central Contractor Registration.
Quotes must be sent in writing or faxed to the POC indicated above. Fax
number is 719/567-3809. Quotes and required information must be
received on or before 22 June 1998 at 2:00 PM Mountain Daylight Time.
(0155) Loren Data Corp. http://www.ld.com (SYN# 0260 19980608\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|