Federal Bid

Last Updated on 07 Oct 2005 at 5 AM
Combined Synopsis/Solicitation
Fort huachuca Arizona

61--Radios for the Electronic Proving Ground (EPG) Fort Huachuca, Arizona 85613

Solicitation ID W9124Q-05-R-EPGMCJ
Posted Date 02 Aug 2005 at 5 AM
Archive Date 07 Oct 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort huachuca Arizona United states 85613
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): AN/PRC-148(V)2 MBITR to include the following: 2 each; PRC69 91-BBS-BAS 2m submersible NSA type 1 CCL one each, Lithium-Ion Rechargeable Battery PN 1600515-3, Holster PN 1600494-1, Accessory Bag PN 1600495-1 om VHF Blade Antenna PN 3100661-501, Broadband Antenna PN 3100662-501, as well as manuals hard and soft. 2 e ach; SINCGARS, HAVEQUICK II and ANDVT Software Package MBITR 1700339-2,3,4. 2 each; Lithium Ion Rechargeable Battery MBITR. 2 each; Single-Li-Ion Battery Charger MBITR 1600581-1. AN/VRCF-104(V)3 150 W Vehicular HR Sys (AN/PRC-150) to include the followi ng: 1 each; 150 W Vehicular Sys 10540-0700-01. 1 each 400 W HR Fast-Tune Automatic Antenna Coupler RF-382A-15. 1 each; Mounting Kit HMMVVV Ant 10181-5178-06. 1 each; Digital Pre/Post selector option for the RF-5833H 150W Power Amp RF-5245. 1 each; AN/ PRC-150 Advanced Secure HF-SSB/VHF-FM Tactical Radio System Manpack COMSEC Account/Address required. 1 each; LPD Option 10535-8010-002. 1 each; Antenna, Broadband, INVE RTED VEE, 150W. 4 each; Motorola XTS-5000 Radios. 1 each; Programming Software. FOB Destination (Fort Huachuca, Arizona 85613). Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 1200 noon Mountain Standard Time, Monday, 8 August 2005 and shall be submitted electronically at: carmen.simott [email protected]. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. For additional information, contact Carmen M. Simotti, Contract Specia list, at (520) 538-2399 or [email protected]. The synopsis/solicitation document and incoporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This is a small business set-aside. The NAICS code is 334220 and small business size standard is 500 employees. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a complet ed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR cla uses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Conc erns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
Bid Protests Not Available