Federal Bid

Last Updated on 26 Mar 2006 at 5 AM
Solicitation
Mississippi

58--Multiband, Multimission Manpack Radio

Solicitation ID N0024406T0300
Posted Date 14 Feb 2006 at 5 AM
Archive Date 26 Mar 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Mississippi United states
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0300. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-07 and DFARS Change Notice 20060123. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 3! 34220 and the Small Business Standard is 750 employees. This is a sole source action with Harris Corporation-RF Communications Div., Rochester, NY. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001 Multiband, Multimission Manpack Radio, P/N AN/PRC-117F, w/ one set of manuals per unit, 5 EA; CLIN 0002 UHF SATCOM Antenna Set (240 to 400 Mhz), P/N RF-3080-AT01, 5 EA; and CLIN 0003 Falcon II Ranger Bag, P/N 10530-0460-01, 5 EA. Delivery is 60 days ARO. FOB Destination. Place of delivery is Gulport, MS, 39501-5001. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement St! atutes or Executive Orders! - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this ! procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A d! etermination by the Government not to compete this proposed contract b ased 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. All responsible sources may submit a quote, which shall be considered by the agency. Award Criteria: Award will be made upon price reasonableness determination, contractor determination of responsibility with the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. Anticipated award date will be on or before 2/24/06. Fax quote to! 562-626-7877 or Email: [email protected].
Bid Protests Not Available

Similar Past Bids

Port hueneme California 10 Mar 2005 at 5 AM
Norfolk Virginia 22 Jul 2008 at 7 PM
Atlanta Georgia 06 Aug 2003 at 5 AM
Nellis air force base Nevada 31 Jul 2002 at 5 AM

Similar Opportunities