CLIN 002 - Distributive Antenna System for New Office Expansion; Quantity One (1); Unit of Issue: EA
(vi) Description of requirements:
The Contractor shall provide a Very High Frequency (VHF) antenna system that is capable of transmitting through hardened (e.g. earthquake resistant) structures that meets all minimum requirements as follows:
- 220 VAC, 50 Hz
- Battery back-up (up to four (4) hours)
- National Electrical Manufactures Association ( NEMA) Enclosure Type 4X
- Compatible with Motorola GTR8000 repeater system
- Frequency range:
Channel Tx [MHz]/Rx [MHz]
1 173.2125/170.0375
2 169.9125 /66.7250
- VHF Coverage for Staff Apartment 1 Building with:
o Five (5) - 10,000 Sq. Ft floors
o Four (4) - 6,000 Sq. Ft floors
- VHF coverage for New Office Expansion Building with:
o Five (5) - 10,000 Sq. Ft floors
o Two (2) - 6,000 Sq. Ft floors
- Additional Items
o Connecting cables for two additional floors (2 runs/6000 feet each)
o Connectors
o Splitters
o User Manual/Documentation
(vii) Delivery is required by 11/17/2014. Delivery shall be made to New York DA Office, 1200 Fuller Road, ATTN: Crating and Containering International, Linden, NJ 07036. The FOB point is Destination.
(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE.
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price.
The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
Past performance will be evaluated based on information found in the Past Performance Information Retrieval System (PPIRS).
Price will be evaluated based on the total proposed price.
Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions.
Responsibility Determination
D. Before award, the Government will determine contractor responsibility by analyzing whether the apparent successful offeror complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.232-33, 52.247-64, 52.237-11. The full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ and https://www.acquisition.gov/
(xiii) The following additional contract requirement(s) or terms and conditions apply: NONE.
652.242-72. The full text clause may be accessed electronically at this/these address: http://farsite.hill.af.mil/vfdosara.htm
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NOT APPLICABLE
(xv) Offers are due on 10/20/2014, by 12:00 Noon Eastern Time, 1701 N. Ft. Myer Drive, Arlington, VA 22209 or via email to [email protected].
(xvi) All questions regarding this solicitation must be directed to Tracie Hardy at [email protected]. Questions must be submitted by 10/02/2014 to be answered prior to the offer due date.
Only the Contract Specialist and Contracting Officer may be contacted regarding this solicitation. If communication concerning this solicitation occurs with any other Government personnel (or Contractor support personnel), the offeror making such contact may be excluded from award consideration.
**This notice was amended on 10/15/2014 to change the offer due date to 10/20/2014.**