SOLICITATION NOTICE
59 -- Tetly Handy UMTS SIGINT Enabler System
- Notice Date
- 5/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M7821150701
- Response Due
- 6/6/2012
- Archive Date
- 8/5/2012
- Point of Contact
- Jennifer Shaw, 801-432-4330
- E-Mail Address
-
USPFO for Utah
(jennifer.shaw5@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. DESCRIPTION: 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; quotes are being requested and a written solicitation will not be issued. Solicitation W90M7821150701 is issued as a Request for Quotation. This acquisition is set-aside for small business concerns using FSC: 5895 NAICS: 334220, SIZE: 750 Employees. SPECIFICATIONS: 1.Three (3) each Tetley Handy UMTS Kits. 2.Two (2) each Engineering Support Modules for Tetley Handy UMTS Kits. Note: Brand name only. No substitutions will be accepted. See attached SOW and Justification and Approval for further details. FOB Destination to Utah Army National Guard Headquarters; 12953 South Minuteman Drive, Draper, Utah 84020. Installation and training to be provided at the same location. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price award and will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Lowest price technically acceptable and (2) ability to meet delivery requirement of 15 June 2012. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. In addition to the completion in ORCA, if the offeror is proposing items manufactured from other than the United States, they shall state the "Country of origin" with their offer. Quotes are due NLT 8:00 am MST 6 June 2012. No extensions will be granted. E-mail quotes to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes are required to include: 1.Shipping and handling. 2.Unit and extended pricing. 3. Quotation number, offerors name and address, point of contact, phone number,, e-mail address, CCR number, and TIN. As prescribed in 5615.209(l), All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Jennifer Shaw at jennifer.shaw5@us.army.mil. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.212-1 Instructions to Offerors - Commercial Items; (3) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I; (4) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (5) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I; (b) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Award (c) FAR 52.209-6 Protecting the Government from Contractors that are Disbarred or Suspended (d) FAR 52.219-6 Notice of Total Small Business Set-Aside (e) FAR 52.219-14 Limitations on Subcontracting; (f) FAR 52.222-3 Convict Labor; (g) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (h) FAR 52.222-21 Prohibition of Segregated Facilities; (i) FAR 52.222-26 Equal Opportunity; (j) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (k) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (l) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; (m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.223-18 Ban Text Messaging While Driving (o) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (p) FAR 52.232-33 Payment by Electronic Funds Transfer- Center Contractor Registration; (q) FAR 52.233-3 Protest After Award; (r) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (6) FAR 52.222-25 Affirmative Action Compliance; (7) FAR 52.252-2 Clauses Incorporated by Reference; (8) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (9) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (10) DFARS 252.211-7003 Item Identification and Valuation; (11) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (12) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) FAR 52.203-3 Gratuities; (b) DFAR 252.203-7003 Requirements Relating to Compensation of Former DOD Officials (c) DFARS 252.232-7003 Electronic Submission of Payment Requests; (d) DFARS 252.247-7023 Transportation of Supplies by Sea; (13) DFARS 252.232-7010 Levies on Contract Payments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M7821150701/listing.html)
- Place of Performance
- Address: USPFO for Utah 12953 South Minutemand Drive Draper UT
- Zip Code: 84020
- Zip Code: 84020
- Record
- SN02756683-W 20120525/120524000527-96a0f238bd0ff825f30541a4bdd6ec17 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |