SOLICITATION NOTICE
13 -- Battlefield Simulations and Accessories
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
- ZIP Code
- 88103-5109
- Solicitation Number
- FA4855-12-Q-0054
- Archive Date
- 6/30/2012
- Point of Contact
- Brittney Danielle Leyba, Phone: 5757846566, Amy K Gisler, SSgt, USAF, Phone: 575-784-2415
- E-Mail Address
-
brittney.leyba@cannon.af.mil, amy.gisler@cannon.af.mil
(brittney.leyba@cannon.af.mil, amy.gisler@cannon.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-12-Q-0054 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120522, and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System (NAICS) is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing). Small Business Size Standard is 500 employees. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line items: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s): Line Item Description / Part Number Qty 0001 Omega 36/B2 / 036.000108 6 ea 0002 Omega 1 Pistol / 01P.000144 4 ea 0003 Omega 1 12v / 01.000145 2 ea 0004 Hand Held Transmitter / 060.003920 4 ea 0005 Dual Output Receiver / 060.003921 4 ea 0006 Trigger Cable for Omega 36 / CAB.000002-01 2 ea 0007 Trigger Cable for Wireless o1 lE / CAB.000004 2 ea 0008 Wireless Unit Power Cable / CAB.000005 4 ea 0009 Wireless Repeater / 060.003923 6 ea IAW FAR 52.211-6, please provide the following if bidding an "or equal" product: A) Manufacturer's name B) Manufacturer's part number C) Description to include salient physical, functional, and or performance characteristics Delivery: FOB Destination to Cannon AFB, NM 88103 It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on all or none and best value to the government. Best value will be lowest price technically acceptable. Technical is meeting the audio, visual, and battlefield effects and simulations in order provide a safe, realistic training environment. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.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 (o) of this provision. FAR 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2012) (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data etc., which may be changed unilaterally by the Government. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iv) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/vfaffara.htm NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-2 Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/vfaffara.htm NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.201-1 Definitions FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.204-7 Central Contractor Registration FAR 52.211-5 Material Requirements FAR 52.211-6 Brand Name or Equal FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.223-6 Drug-Free Workplace. FAR 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.232-1 Payments FAR 52.233-2 Service of Protest FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes-Fixed Price FAR 52.244-6 Subcontracts for Commercial Items FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen AFFARS 5352.223-9001 Health and Safety on Government Installations RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 1:00 P.M. Mountain Time on 15 June 2012. Quotations may be faxed to the [attention of Amy Gisler] 575-784-0151. Please email quotes to amy.gisler@cannon.af.mil. Facsimile offers will be accepted, but email is the preferred method. Point of Contact for this solicitation is: Amy Gisler, 575-784-2415. Contracting Officer: Amy Gisler
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-12-Q-0054/listing.html)
- Place of Performance
- Address: 27 OSS/OSZ, 511 N. Torch Blvd, Ste 115E, Cannon AFB, New Mexico, 88103, United States
- Zip Code: 88103
- Zip Code: 88103
- Record
- SN02768709-W 20120609/120607234933-5f3651be2a70c25b741c3ffd53729cde (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 |