Federal Bid

Last Updated on 30 Aug 2008 at 8 AM
Solicitation
Charleston South carolina

58 -- HFSAR PORTABLE RADIO

Solicitation ID N65236-08-R-0193
Posted Date 16 Jul 2008 at 6 PM
Archive Date 30 Aug 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Charleston South carolina United states 29419
This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. Solicitation N65236-08-R-0193 will be issued on a sole source basis to Harris Corporation-RF Communications Division, 1680 University Avenue, Rochester, NY 14610-1839, to procure three (3) 400 Watt High Frequency (HF) Automatic Link Establishment (ALE) Shipboard Radio (HFSAR) systems for LPD-19, LPD-20, and LPD-25. Harris Corporation is the only source that can satisfy the requirements of this procurement while providing the government the most economical product. The RT-1694(D) radio is the only known HF radio that has embedded ALE technology and has JITC certified MIL-STD-188-110B, Appendix C, interoperability. The RT-1694(D) contains the integral CITADEL (RF Communications Division proprietary) encryption mode that offers secure communication interoperability with allied/coalition forces and is the only commercially available radio that contains Third Generation (3G) Automatic Link Establishment (ALE) technology while having internal NSA Type I certified encryption. This announcement constitutes the only solicitation; a written solicitation will not be issued. The NAICS code is 334220 and the Size Standard is 750 employees. Product substitutions will not be considered. The requirements are for a Firm-Fixed Price contract for the following 2 line items: Item Part Number Description 1 0103AA HFSAR Common Equipment Rack Base System QTY 3 2 0103AC Remote Capability Configuration #2 QTY 3 Inspection/Acceptance: Destination. Required delivery date: within 180 days after receipt of the order. Place of Delivery: SPAWAR Systems Center Charleston, SC: Charges for freight and other related charges, if any, are to be included in each unit price. Solicitation Provision 52.212-1, Instructions to Offerors- Commercial Items is hereby incorporated by reference. FAR Clause 52.212-2 Evaluation Commercial Items is hereby incorporated by reference. Offeror must include a completed copy of provisions FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The following FAR clauses are hereby incorporated by reference: (1) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items. (2) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (3) 52.247-34 F.O.B. Destination (4) 252.211-7003 Item Identification and Valuation (5) 252.212-7000 Offeror Representations and Certifications Commercial Items (6) 252.211-7003 Item Identification and Valuation (7) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (8) 252.225-7000 Buy American Act Balance of Payments Program Certificate (9) 252.225-7031 Secondary Arab Boycott of Israel (10) 252-246-7000 Material Inspection and Receiving Report The following local clauses are included: C-304 COMPLIANCE WITH SPECIFICATIONS G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2) Any additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. Award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Response to this sole source announcement must be received no later than 31 July, 2008. This notice of intent is not a request for competitive proposals or quotes. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning this sole source procurement may be directed to Debbie Spencer at [email protected] or telephone (843) 218-5822.
Bid Protests Not Available

Similar Opportunities

Location Unknown 10 Jul 2025 at 10 PM
Billings Montana 10 Jul 2025 at 10 PM
Washington 31 Dec 2025 at 5 AM
Robins air force base Georgia 10 Jul 2025 at 9 PM