Combine Solicitation - 58- Quick Erect Antenna Mast (QEAM) - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
March 12, 2014 Newswires
Share
Share
Tweet
Email

Combine Solicitation – 58– Quick Erect Antenna Mast (QEAM)

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 11-MAR-14

Office Address: Department of the Army; Army Contracting Command; ACC-APG - Aberdeen Division B; HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846

Subject: 58-- Quick Erect Antenna Mast (QEAM)

Classification Code: 58 - Communication, detection, & coherent radiation equipment

Solicitation Number: W15P7T14RD049

Contact: Michael Siwek, (443) 861.5004 mailto:[email protected] [ACC-APG - Aberdeen Division B]

Setaside: N/AN/A

Place of Performance (address): ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD

Place of Performance (zipcode): 21005-1846

Place of Performance Country: US

Description: Department of the Army

Army Contracting Command

ACC-APG - Aberdeen Division B

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. 11 March 2014 SUBJECT: Solicitation No: W15P7T-14-R-D049; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) 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 solicitation document and incorporated provision to clauses are those in effect through Federal Acquisition Circular FAC 2005-71, effective 26 December 2013. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Proposal (RFP), Foreign Military Sales (FMS) case: TW-B-YZC, Country: Taiwan The associated North American Industrial Classification Standard (NAICS) Code is 334220; the Federal Supply Classification (FSC) is 5820. Radio TV Equipment, Except Airborne Basis for Award: The following factors will be used to evaluate offers in accordance with 52.212-2: 1) The Government will evaluate the technical proposal to ensure that it meets the Governments requirements and 2) The Government will also evaluate the price reasonableness of the proposal. The contract type will be Firm Fixed Price. Award will be made to the lowest bidder who is found to be technically acceptable. 100% of the items being solicited under this action have been set aside for small business only. Only proposals from small businesses will be evaluated. Other Important information/Requirements: It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Offeror agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Partial shipments are Not Authorized. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ISPM15) and (ASTM D 3951-98). Inspection and Acceptance shall be at SOURCE/ORIGIN for Hardware Warranty A One (1) year commercial warranty is required on all items. Requirements for No Cost Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering workmanship and materials for all items furnished in accordance with this contract or any modification thereof. If the warranty is a commercial warranty and states that the warranty in not in effect outside the continental United States, then the wording of the warranty shall be amended so that the warranty is extended to the final FMS customer. The warranty shall be for a minimum of One (1) year or Twelve (12) months in duration at time of pick up for shipment. No Cost Warranty Manual. The contractor shall provide an operational manual and/or an insert to accompany the material, describing the actions to be taken by the user in order to exercise the warranty and obtain repaired/replaced equipment. This guidance shall be provided in both English (and the native language of the FMS customer if specified in the delivery order after negotiation). This warranty will run directly to the benefit of the FMS customer and will not be structured so as to require any actions/administration on the part of the U.S. Government. The contractor shall provide phone number(s) and/or address(es) for customer service representative nearest to the FMS customer location. The customer service representative shall be able to supply information to the FMS customer for the return of the defective equipment for repair or replacement. No Cost Warranty Procedures. At the exercising of this warranty by the FMS customer, the warranty clock shall be stopped. Upon notification of a failure by the FMS customer to the contractor, the warranty clock shall be stopped relative to the unit in question. The warranty clock will be restarted upon acceptance of the repaired/replaced unit by the FMS customer. Upon arrival at the contractors repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a quote mark False Pull quote mark or quote mark No Evidence of Failure (NEOF) quote mark. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. No Cost Warranty Markings. Warranty markings shall be applied to unit, intermediate and shipping containers. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words quote mark WARRANTY ITEM quote mark in letters approximately two times larger than the letters for the remainder of the required information. The U.S. Government reserves the unilateral right to make no award. Contractor shall provide, as part of its proposal package, a technical proposal that is sufficiently detailed to prove that the commercial product(s) it is offering meets all the salient characteristics in accordance with this solicitation. Contractor shall include adequate sales history for the product(s) it is offering. CLIN Description Quantity Delivery 0001: Quick Erect Antenna Mast 13 (EA) 5 October 2014 (QEAM) In support of the VRC-92E Ship To: UH-60M Black Hawk Taiwan Staging Point Project Code OIB ATTN: Sue Gibson, 903-334-4946 DLA Distribution Red River Bldg 594 South SALIENT CHARACTERISTICS: A quantity of 13 EA Quick Erecting Antenna Mast (QEAM). This will be used to support VHF-3088 and 938K-4 antennas. The QEAM must meet the following specifications: Specification Value Nested Height 14.6 ft Extended Height 68.9 ft Weight (mast only) 197 lbs Weight (accessories) 245 lbs Deployment Time 3 persons, 25 min Drive System Strap Drive Guying 4 level/4 way Finish MIL-A-8625 Type II Number of Sections 6 Payload capacity 180lb/80kg Finish Mil-A-8625 Type II, CL 2 Black Drive system Strap drive Deployment time 3 persons, 25 min Surface mounting 15 slope Survival wind 80mph/128kmph Operational wind 60mph/97kmph Ice load 0.5in/12mm Max. erection wind 25mph/40kph Max. sail area 6sqft/0.6msq CD=1.5 PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.204-4 Printed or Copied Double-Sided on Recycles Paper FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications 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, for Paragraph (b) the following clauses apply: FAR 52.203-6 ALT1 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving; FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-6 Royalty Information FAR 52.227-9 Refund of Royalties FAR 52.233-2 Service of Protest FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.246-2 Inspection of Supplies-Fixed-Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-29 F.O.B. Origin FAR 52.249-8 Default (Fixed-Price Supply and Service) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE the following clause applies: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD officials; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7012 Preference for certain domestic commodities; DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252-212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments DFARS 252.232.7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustments DFARS 252.227-7018 Rights in noncommercial technical data and computer software - small business innovation research (SBIR) program (June 1995) Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System for Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. SUBMISSION OF PROPOSAL: Proposals and any applicable attachments shall be submitted NLT 4:30 p.m. EST on 25 March 2014, to Contract Specialist, Michael Siwek by email at [email protected]

Link/URL: https://www.fbo.gov/notices/bd0beee42fdba2907e3d9dbb6782f21f

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  2015

Advisor News

  • Most Americans optimistic about a financial ‘resolution rebound’ in 2026
  • Mitigating recession-based client anxiety
  • Terri Kallsen begins board chair role at CFP Board
  • Advisors underestimate demand for steady, guaranteed income, survey shows
  • D.C. Digest: 'One Big Beautiful Bill' rebranded 'Working Families Tax Cut'
More Advisor News

Annuity News

  • MetLife Declares First Quarter 2026 Common Stock Dividend
  • Using annuities as a legacy tool: The ROP feature
  • Jackson Financial Inc. and TPG Inc. Announce Long-Term Strategic Partnership
  • An Application for the Trademark “EMPOWER PERSONAL WEALTH” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
  • Talcott Financial Group Launches Three New Fixed Annuity Products to Meet Growing Retail Demand for Secure Retirement Income
More Annuity News

Health/Employee Benefits News

  • After subsidies expire, skyrocketing health insurance premiums are here.
  • Congress takes up health care again – and impatient voters shouldn’t hold their breath for a cure
  • Guardant Health’s Shield Blood Test for Colorectal Cancer Screening Now Available for U.S. Military Members and Families
  • Coalition in House backs health subsidy
  • Stories to Watch in 2026: Health Insurance Woes
More Health/Employee Benefits News

Life Insurance News

  • Whole life or IUL? Help clients to choose what’s best for them
  • I sent a letter to the President regarding Greg Lindberg
  • Inclined Introduces Mobile App to Simplify Access to Whole Life Insurance Cash Value
  • U-Haul Holding Company to Participate in KeyBanc Capital Markets Self-Storage Investor Forum
  • Clients want independent agents to blend trusted expertise and digital convenience
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.5% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • Two industry finance experts join National Life Group amid accelerated growth
  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet