|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1998 PSA#2127Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 58 -- RADIO,RUGGEDIZED, HANDHELD UHF SOL M283028152K302 DUE 061398 POC
Contracting Officer, Sgt. William Dunlap (760) 725-3217 FAX (760)
725-8445 E-MAIL: Sgt. William Dunlap, Contracting Officer,
DUNLAPW@PENDLETON.USMC.MIL. 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 number is M283028152K302 and is issued as a
request for quotation (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-03. This is an unrestricted procurment. The
Standard Industrial Code 3663 and the business size is 750 employees.
The agency need is for Motorola, UHF, hand held, SABER radio's. This
requirement is for a fixed priced contract for five (5) line items as
follows. All items must be Motorola brand items and/or equipment to be
compatible with current Motorola systems. 0001 UHF system, SABER
Series I to include 16 modes, standard housing, whip antenna, and belt
clip, Motorola model # H44TUN5170-N (H99QX + 102H), quantity 30 Each.
0002 Saber R Options and Accessories to include 1 Each ruggedized
housing, ruggedized battery, and nylon carrying cases, Motorola PN
H499. 1 Each Heliflex antenna, Motorola PN H124. 1 Each Fascinator type
1 encryption module, Motorola PN H796. 1 Each FM battery upgrade,
Motorola PN H223, quantity 30 Kits. 0003 Security Interface Box (SIB)
Motorola PN T5164, quantity 2 Each. 0004 Fill Cable, SIB to Saber,
Motorola PN TKN8517, quantity 2 Each. 0005 Software, Saber radio
service system (RSS), quantity 1 Each. Delivery of all items is
required 20 days after award of contract to be delivered FOB
Destination to 1stFSSG, Information Systems Management Office (ISMO),
Bldg. 14125, Camp Pendleton, CA 92055. Acceptance shall be made at
destination. The provision at FAR 52.212-1 Instructions to 0fferors --
Commercial Items (Apr 1998) applies to this acquisition. Offerors are
required to complete and include a copy of the provisions FAR 52.212-3
Offer Representation and Certification -- Commercial Items (Jan 1997)
with their proposals. The FAR clause 52.212-4 Contract Terms and
Conditions -- Commercial Items applies to this acquisition. FAR clause
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Apr 1998) applies with the
following applicable clauses from paragraph (b). FAR 52.203-6
Restriction on Subcontractor Sales to the to the Government --
A1ternate I. FAR 52.222-26 Equal Opportunity. FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era. FAR 52.222-36 Affirmative Action for Handicapped Workers. FAR
5.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era. FAR 52.225-3 Buy American Act-Supplies. FAR
52.225-21 Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program. DFARS 52.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive 0rders Applicable to Defense Acquisitions of Commercial
Items, applies with the following clauses applicable from paragraph b.
DFARS 252.225-7001 Buy American Act and Balance of Payment Program.
DFAR 252.225-7036 North American Free Trade Agreement Implementation
Act. DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR
1998) (a) Definitions. As used in this clause -- (1) Central Contractor
Registration (CCR) database means the primary DOD repository for
contractor information required for the conduct of business with DOD.
(2) Data Universal Numbering System (DUNS) number means the 9-digit
number assigned by Dun and Bradstreet Information Services to identify
unique business entities. (3) Data Universal Numbering System +4
(DUNS+4) number means the DUNS number assigned by -Dun and Bradstreet
plus a 4-digit suffix that may be assigned by a parent (controlling)
business concern. This 4-digit suffix may be assigned at the discretion
of the parent business concern for such purposes as identifying sub
units or affiliates of theparent business concern. (4) Registered in
the CCR database means that all mandatory information, including the
DLJNS number or the DUNS+4 number, if applicable, and the corresponding
Commercial and Government Entity (CAGE) code, is in the CCR database;
the DUNS number and the CAGE code have been validated; and all edits
have been successfully completed. (b) (1) By submission of an offer,
the offeror acknowledges the requirement that a prospective awardee
must be registered in the CCR database prior to award, during
performance, and through final payment of any contract resulting from
this solicitation, except for awards to foreign vendors for work to be
performed outside the United States. (2) The offeror shall provide its
DLJNS or, if applicable, its DLJNS+4 number with its offer, which will
be used by the Contracting Officer to verify that the offeror is
registered in the CCR database. (3) Lack of registration in the CCR
database will make an offeror ineligible for award. (4) DOD has
established a goal of registering an applicant in the CCR database
within 48 hours after receipt of a complete and accurate application
via the Internet. However, registration of an applicant submitting an
application through a method other than the Internet may take up to 30
days. Therefore, offerors that are not registered should consider
applying for registration immediately upon receipt of this
solicitation. (c) The Contractor is responsible for the accuracy and
completeness of the data within the CCR, and for any liability
resulting from the Government's reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial
registration, the Contractor is required to confirm on an annual basis
that its information in the CCR database is accurate and complete. (d)
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil. Any Contract awarded as a result
of this so1icitation wi11 be an order certified for national defense
use under the Defense Priorities and Allocations System. The Government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the Government considering price and
price-related factors. Provision 52.212-2, Evaluation-Commercial Items,
applies with paragraph (a) completed as follows, The following factors
shall be used to evaluate offers. (1) 100% Motorola equipment. (2)
Price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates the products offered meets
all requirements stated in the above purchase descriptions for Line
Items 0001 through 0005. Mail, or fax copy offers must be received no
later than 4:00 PM PST, on 09 July 1998 to the Contracting Officer,
Sgt. Dunlap, voice (760) 725-3217, Fax (760) 725-8445. Quotations sent
via the US Postal Service should be mailed to the Contracting
Division, P. 0. Box 1609, Oceanside CA 92051-1609. Federal Express
should be sent to Contracting Division Bldg. 22180, Camp Pendleton, CA
92055 Posted 06/26/98 (0177) Loren Data Corp. http://www.ld.com (SYN# 0275 19980630\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|