Federal Bid

Last Updated on 08 Oct 2010 at 9 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

Intercom Systems

Solicitation ID F3G5GA0244A002
Posted Date 22 Sep 2010 at 1 PM
Archive Date 08 Oct 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states
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.

SOLICITATION: F3G5GA0244A002

This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 334290

The purchase of the following items from Clear-Com Communication Systems, LLC.

0001-AA - 1(ea) 
Eclipse Median/32. 32 Port matrix intercom mainframe. 6-RU Card Frame with 7 matrix card slots and 8 interface slots. Dual redundant CPU's and power supplies, with two MVX-A16 matrix cards. This item needs ECS software. Reference line item 2.

0002-AA - 1(ea)
Eclipse Configuration Software. Needed to program Eclipse. Single Site License

0003-AA - 1(ea)
CAB-MVX-48Z/ Upgrade cable. RS-232 serial adapter cable to upgrade Eclipse Omega, Media, Pico and E-32 frames.

0004-AA - 6(ea)
i-1430E. Eclipse intercom station with 4 display modules and keypad.

0005-AA - 2(ea)
CCC-720209. AUX-101 Custom modified to generate proper signal for Telephonics CAP headset jack. Installs in i-station.

0006-AA - 4(ea)
i-1470E. Eclipse intercom station with 4 display modules, keypad, and AUX-101 analog input, output and logic module.

0007-AA - 1(ea)
IMF-102. Interface module frame with power supply. 1 RU. Holds two interfaces mounted horizontally

0008-AA - 2(ea)
FOR-22H. Four-Wire and two-way radio matrix interface, dual. Horizontal

0009-AA - 2(ea)
8-Port fiber interface with RJ-45 connectors to extend matrix stations from frames, connect 2 frames, extend interfaces or 4-wire audio circuits. Uses 2-single-mode fibers. One kilometer with mult-mode fiber. 19 km with single-mode fiber. I RU. 90-240 VAC

0010-AA - 4(ea)
Fiber 2-Port, 2-Fiber matrix interface with PS. Single End

0011-AA - 5(ea)
Headset/mic. Sennheiser HMD281, single-muff, with coiled cord, custom wired with Clear-Comm connector. No Disc.

0012-AA - 1(ea)
Gooseneck mic for i-stations, 18 inches, black

0013-AA - 6(ea)
Improved adapter box with jacks and switch for 5 Ohm David Clark mics/headsets and Clear-Com headsets. 10ft. cable. Transformer for gain & Humbucking. Matches David Clark mic to i-stations.

0014-AA - 3(ea)
Headset splitter cable adapter for 4-pin XLR Clear-Com dynamic mic standard headset

0015-AA - 1(ea)
Extended warranty on above products for two years, not including cables, headsets or mics.

0016-AA - 1(ea)
Factory Training.

0017-AA - 1(ea)
System commissioning and training, 3 days on-site, all-inclusive

The following Numbered Notes apply to this Solicitation: 22
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The following provisions and clauses (current through FAC 2005-43 effective 2 August 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, NV 89191

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than Thursday, 23 September 2010, 12:00 pm PST.

Bid Protests Not Available

Similar Past Bids

Wolfe West virginia 01 Jul 2008 at 9 PM
Bartow Georgia Not Specified
Massachusetts Not Specified
Robins air force base Georgia 02 Feb 2010 at 1 PM
Nellis air force base Nevada 21 May 2014 at 9 PM

Similar Opportunities

Oklahoma 16 Jul 2025 at 4 AM (estimated)
Oklahoma 16 Jul 2025 at 4 AM (estimated)
Pennsylvania 21 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)