SOLICITATION NOTICE
59 -- COMTAC II Headset Radio Kit 88010-000000
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- F1C0CR2194A001
- Archive Date
- 8/30/2012
- Point of Contact
- Vincent Perry, Phone: 3664945
- E-Mail Address
-
vincent.perry.2@us.af.mil
(vincent.perry.2@us.af.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F1C0CR2194A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The North American Industrial Classification System (NAICS) code is 334310 and the small business size standard is 750EMP. The Government has a requirement for the following: 0001-QTY: 30 Each Peltor COMTAC II Headset Radio Kit 88010-000000 MT15H69FB-47, FL5040-02 Or Equal Minimally, each Headset Radio Kit must meet the following requirements: - Independent dual earphone system for level dependent and external radios signal for maximum security - Automatically switches off after 2 hours if not in use, two signals are emmited as a warning that the ComTac will switch off. - Battery life 250 or greater - Fit under PASGT,MICH, & ACH helmets military green color - 2 downleads wired in NATO format The following provisions and clauses apply to this acquisition: The provision at 52.211-6, Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to A1C Vincent Perry at vincent.perry.2@us.af.mil. Responses to this RFQ must be received via e-mail not later than 11:00 PM Eastern Time on August 15, 2012. All firms must be registered in the SAM database @ www.sam.gov to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. Quotes shall include shipping to Tracy, CA. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/. The following provisions and clauses apply to this acquisition: 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR52.203-13 Contractor Code of Business Ethics and Conduct, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -AND 25 Previous Contracts and Compliance Reports,, FAR 52.222-26, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons, FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to Vincent Perry at VINCENT.PERRY.2@US.AF.MIL, 671-366-4945 Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by August 15, 2012 11:00 PM Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0CR2194A001/listing.html)
- Place of Performance
- Address: Andersen AFB, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN02828986-W 20120809/120807235406-dda2ac5f4237f3215fc0b15f130d96dd (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 |