Federal Bid

Last Updated on 01 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
New york New york

GSM Basestation

Solicitation ID FA8751-11-Q-0150
Posted Date 05 Jan 2011 at 2 PM
Archive Date 01 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
This is a combined synopsis/solicitation for commercial items solicited in accordance with the procedures of FAR 13 and prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-11-Q-0150 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20101216. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This solicitation is unrestricted. The NAICS code is 334220 and small business size standard is 750 employees.

The contractor shall provide the following items on a firm fixed price basis, including the cost of shipping FOB Destination:

Item 1: GSM Basestation
Qty: 1
Mfr/Part No.: LGS G1003006-1 or equal
Description: GSM Basestation, Pico 900/1800/1900-Standalone Chassis

Specifications:
Channel Support:
Tri-band 900/1800/1900;
Single Carrier;
1 BCCH Timeslot;
1 SDCCH Timeslot (8 SDCCH channels);
6 active user timeslots configurable as TCH or PDCH

Encryption Support:
A5/1;
Type 1 Secure Calls via CSD

Signaling & Traffic:
Signaling: SIP
Voice: RTP/UDP/IP
Secure Voice (CSD): SPRT/UDP/IP (V.150.1)
GPRS: IP

Item 2: Warranty
Qty: 1
Mfr/Part No.: LGS G1003262 or equal
Description: Basestation, warranty, extended, 1 year, Tactical BSR Pico

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot, 148 Electronic Pkwy, Rome, NY, 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 3 PM (ET) Monday, 17 January 2011. Submit to: AFRL/RIKO, Attn: Amber Hoffman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary.

(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price and Technical Capability; both factors are of equal importance.

The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

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 the clause are applicable to this acquisition:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.219-28, Post Award Small Business Program Rerepresentation
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
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.247-7023, Transportation of Supplies by Sea, Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Act-Balance of Payments Program Certificate
252.232-7010, Levies on Contract Payments

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a proposal, which shall be considered.

Point of Contact
Amber Hoffman, Contract Specialist, Phone 315-330-1423, FAX, 315-330-2555, Email [email protected].

 

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 07 Sep 2010 at 3 PM
Viper Kentucky 22 Aug 2018 at 9 PM
Hurlburt field Florida 18 Aug 2020 at 9 PM
Hurlburt field Florida 18 Sep 2020 at 12 AM
Fort huachuca Arizona 25 Sep 2009 at 5 PM

Similar Opportunities

Pennsylvania 02 Aug 2025 at 4 AM (estimated)
Pennsylvania 02 Aug 2025 at 4 AM (estimated)
Washington 15 Jul 2025 at 4 AM
Richmond Virginia 29 Aug 2025 at 6 PM