CLIN 0001 - Rack Mount AC/DC Powered complete with ACU Controller Software, Raytheon, ACU-2000, Part Number: 5961-230000, 1 each
CLIN 0002 -DSP-2 IP Radio/4 wire Interface Module or equal, Part Number 5961-838000, 7 each
CLIN 0003 - MA/COM M7100 Mobile Interface Cable or equal, Part Number 5961-291171-15, 1 each
CLIN 0004 - Vertex Interface Cable or equal, Part Number 5961-291306-15, 1 each
CLIN 0005 - PRC 117 Interface Cable or equal, Part Number 5961-29340-15, 1 each
CLIN 0006 - PRC 152 Interface Cable or equal, Part Number 5961-291137-15, 1 each CLIN 0007 - XTL5000 Motorola Interface Cable, Part Number 5961-291262-15, 5 each
CLIN 0008 - LP-2 IP Local Phone Set Module or equal, 2 each
CLIN 0009 - XTL 5000 Motorola UHF R1 Mobile 10 - 40 watt 380-470 MHZ with options B18CL, G996AF, G66AA, W22AS, G806AT, G843AC, 159 AC, G78AJ, G298AN, W947AL, G444AA, G442AB, G51AN, G361AE, G427AA, Part Number: M20QSS9PW1AN, 2 each
CLIN 0010 - XTL 5000 Motorola VHF Mobile, 10-50 watt 136-174 MHZ with Otions G66AA, G806AT, G843AT, G843AC, G159AC, G159AC, G298AN, G78AJ, W974AL, G442AB, G444AA, W22AS, Part Number: M20KSS9PW1AN, 1 each
CLIN 0011 - M/A COM GE M7100 800 MHZ EDACS, Part Number: MAHG-S8MXX, 1 each
CLIN 0012 - 36 watts VHF Air Band Mobile Radio, Part Number: A110, 1 each
CLIN 0013 - Any shipping costs
FOB: DESTINATION. Inspection and acceptance: DESTINATION
Delivery Date: 90 Days After Date of Contract
In accordance with the FAR 13.106-1(a)(2), Soliciting Competition, Offerors are notified that award will be based on the lowest price technically acceptable.
In accordance with FAR 15.101-2, Lowest Price Technically Acceptable, quotes received in response to subject request for quote (RFQ) shall be evaluated for technical acceptability and price. Past Performance will not need to be an evaluation factor. If all acceptable offers are equally technically acceptable, award shall be made to the lowest offeror. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers.
FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal, except for CLINs 0001, 0007 0009, 0010 (Brand Name Justification IAW with FAR 6.302-1(4)(c )), FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply; 52.204-10, Reporting Executive Compensation and First Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 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, 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.239-1 Privacy or Security Safeguards]; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.233-1, Disputes; FAR 52.333-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/
The following DFARS clauses are applicable to this delivery order: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003, Item Identification and Valuation Alt I; 252.212-7001, Contract Term s and Conditions Required to Implement Statutes or Executive Orders - Commercial: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.255-7036 Alt I, Buy American Act- Free Trade Agreement- Balance of Payments Program; 252.232-7010, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.225-7000, Buy American-Balance of Payments Program Certificates; 252-225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252-243-7001, Pricing of Contract Modifications.
All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com.
All quotes are due no later than 24 Sept 2011, Saturday, at 13:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to [email protected] or mailed to AFNWC/PKOA, ATTN: Marilyn Hockersmith, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-4262 ATTN: Marilyn Hockersmith.