Federal Bid

Last Updated on 13 Nov 2012 at 9 AM
Combined Synopsis/Solicitation
North kingstown Rhode island

59--14-Element Single Frequency Localizer Antenna Array

Solicitation ID W912LD12T0094
Posted Date 09 Sep 2012 at 11 PM
Archive Date 13 Nov 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7ny Uspfo Activity Ri Arng
Agency Department Of Defense
Location North kingstown Rhode island United states 02852
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.

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.

In accordance with FAR 6.302-1, the Government intends to award a sole source contract to SELEX Systems Integration, for Standard Instrument Landing System Localizer, Part Number 470512-0002, 14-element Single Frequency Localizer Antenna Array, and installation kit. Selex Systems Integration 11300 W. 89th St. Overland Park, KS 66214-1702 has been identified as the only source that can satisfy the agency's needs. The associated NAICS code is 334511.

Requirement is as follows:
1. Selex 14-Element Single Frequency Replacement Antenna System with configured for use with the AN/GRC-30 Localizer (Azimuth portion of ILS) with all of the required and USAF approved ECP/Modifications in place with the following components; cable with pre-cut HELIAX/FOMFLEX F (1/2 inch) and Monitor (1/4 inch) cables from the DU to the shelter (install ready with the standard connectors available), standard raceway transmit and monitor cables, ground cable, telecom cable, and specified A/C Power Cable that powers the obstruction lights.
QTY: 1

Clauses & Provisions

It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm

The following Clauses & Provisions apply to this acquisition:
FAR 52.204-99 (Deviation) System for Award Management Registration;
FAR 52.212-4 Contract Terms and Conditions-Commercial Items;
FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation);
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies;
FAR 52.222-21 Prohibition of Segregated Facilities;
FAR 52.222-25 Affirmative Action Compliance;
FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities;
FAR 52.222-50 Combating Trafficking in Persons;
FAR 52.225-13 Restrictions on Certain Foreign Purchases;
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification;
FAR 52.232-23 Assignment of Claims;
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.233-1 Disputes;
FAR 52.233-3 Protest After Award;
FAR 52.233-4 Applicable Law for Breach of Contract Claim;
Far 52.246-1 Contractor Inspection Requirements;
FAR 52.246-16 Responsibility for Supplies;
FAR 52.249-1 Termination for Convenience of the Government;
FAR 52.252-1 Solicitation Provisions Incorporated by Reference;
FAR 52.252-2 Contract Provisions Incorporated by Reference;
FAR 52.252-5 Authorized Deviations in Provisions;
FAR 52.252-6 Authorized Deviations in Clauses;
DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials;
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders;
DFARS 252.225-7036 ALT I Buy American Act--Free Trade Agreements--Balance of Payments Program;
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments

Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on SAM, provide DUNS code.

This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

All submissions and any questions regarding this request must be submitted via email to: [email protected]

Contracting Office Address:
USPFO-RI, RI Air National Guard, 330 Camp St. Providence, RI 02906 ATTN: Contracting
Place of Performance:
RI Air National Guard, Quonset State Airport, North Kingstown, RI 02852
Point of Contact(s):
TSgt Christopher Hunsberger, 401-275-4273


Bid Protests Not Available

Similar Past Bids

California 23 Jun 2008 at 10 PM
Location Unknown 29 Aug 2019 at 4 PM
Wilson New york 06 Jun 2017 at 5 PM
Offutt air force base Nebraska 13 Sep 2019 at 1 PM
Lackland air force base Texas 08 Jul 2004 at 5 AM

Similar Opportunities

North kingstown Rhode island 17 Oct 2025 at 9 PM
North kingstown Rhode island 11 Jul 2025 at 2 PM
North kingstown Rhode island 11 Jul 2025 at 2 PM
North kingstown Rhode island 18 Jul 2025 at 4 PM
Gardner Kansas 22 Jul 2025 at 5 PM