MODIFICATION
52 -- Surveying Equipment
- Notice Date
- 9/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
- ZIP Code
- 09824-0280
- Solicitation Number
- FA5685-12-Q-0061
- Archive Date
- 10/1/2012
- Point of Contact
- Megan F Davidson, Phone: 90-322-316-8075, Brendan A. Baxter, Phone: 90-322-316-8075
- E-Mail Address
-
megan.davidson@incirlik.af.mil, brendan.baxter@incirlik.af.mil
(megan.davidson@incirlik.af.mil, brendan.baxter@incirlik.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTENTION TO POTENTIAL OFFERORS NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or on 01 October 2012, with no obligation to the offeror by the government. See paragraph (xiii), Clause (5) FAR 52.232-18, Availability of Funds (Apr 1984), for further details. NOTE: Quotes received in response to this solicitation must show validity through 30 Sep 12. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12, 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5685-12-Q-0061. (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, DFARS Change Notice 20120724, and Air Force Acquisition Circular 2012-0330. (iv) There is no small business set-aside for this acquisition. However, due to an established economic agreement between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey; as required by the Defense and Economic Cooperation Agreement, Supplementary Agreement 3, Article VI. If it is discovered that the U.S. Air Force is not able to make award to a business concern within the country of Turkey, it reserves the right to make award to a business concern that is not within the country of Turkey. The NAICS code assigned to this acquisition is 423490. The following contains: (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). (vi) Description of requirements for the items to be acquired. CLIN 0001: ITEM: GPS SURVEYING SYSTEM QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: GNSS system that supports a wide range of sattelites. TRIMBLE R8 GNSS RTK, 430-450 MHZ, Part #R8301-51-64 OR EQUAL CLIN 0002: ITEM: LI-ION BATTERY QUANTITY: 4 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Li-Ion 2.4Ah, 7.4V, Trimble part #54344 OR EQUAL CLIN 0003: ITEM: POWER AND CHARGING KIT QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble part #51693 OR EQUAL CLIN 0004: ITEM: SURVEY CONTROLLER QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: no internal radio, Trimble part #TSC216 CU- TSC2 w/SC OR EQUAL CLIN 0005: ITEM: GPS ACCESSORY KIT QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: for use with GPS configuration, Trimble part #56044-00 TSC2 OR EQUAL CLIN 0006: ITEM: CARBON FIBER RANGE POLE QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: 2.0m, Trimble part #43169-00 OR EQUAL CLIN 0007: ITEM: REFERENCE STATION QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: NetR9 Ti-2 Reference Station w/ Zephyr Geodetic 2 Antenna. Includes: Trimble Zephyr Geodetic 2 antenna, 30 m antenna cable, AC power supply, Ethernet cable, multi-port receiver adapters, and installation disk, Trimble part #97502-10 OR EQUAL CLIN 0008: ITEM: RADIO SYSTEM KIT QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: 4W Radio System Kit; 430-450 MHz, Trimble TDL 450L OR EQUAL CLIN 0009: ITEM: OFFICE POWER KIT QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble part #74450-11 TDL 450H OR EQUAL CLIN 0010: ITEM: WALL MOUNT QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: wall mount with fans, Trimble part #74450-15 TDL 450H OR EQUAL CLIN 0011: ITEM: ANTENNA KIT QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Gain Antenna kit with carrying case -430-450MHz, Trimble part #74450-30-50 TDL 450 5dB OR EQUAL CLIN 0012: ITEM: BUSINESS CENTER QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble Business Center Advanced (network version) Trimble part #63650-00 OR EQUAL CLIN 0013: ITEM: GPS BASE STATION QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble part# TPS-KEY-GPS-BASE Trimble Preferred Support - Annual GPS Base Station for Key Accts OR EQUAL CLIN 0014: ITEM: GPS ROVER SYSTEM QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble Part# TPS-KEY-GPS-ROVER Trimble Preferred Support - Annual GPS Rover System for Key Accts OR EQUAL CLIN 0015: ITEM: GPS WARRANTY QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Survey GPS Receiver Hrdwr and Firmware Maintenance, compatible with hardware provided. Trimble part# EWLS-GPS OR EQUAL CLIN 0016: ITEM: SURVEY CONTROL UNIT WARRANTY QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Survey Control Unit Hardware and Field Software Maintenance, compatible with hardware provided. Trimble part# EWLS-CU OR EQUAL CLIN 0017: ITEM: GPS RECEIVER WARRANTY QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Infrastructure Net* Receiver Hardware Extended Warranty, compatible with hardware provided. Trimble part# EWINF-GPS OR EQUAL CLIN 0018: ITEM: RADIO WARRANTY QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Survey External Radio Hrdwr Extnd Warranty, compatible with hardware provided. Trimble part# EWLS-RADIO OR EQUAL CLIN 0019: ITEM: SURVEY CONTROLLER QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: QWERTY keypad, no internal 2.4GHz radio, Trimble part# TSC3102-001 CU -TSC3 OR EQUAL CLIN 0020: ITEM: GNSS ACCESSORY KIT QUANTITY: 2 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Trimble part# 82768-00 OR EQUAL CLIN 0021: ITEM: BUSINESS CENTER UPGRADE QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Upgrade from TBC KEA - Send CD & network code for 1 seat, Trimble part # EWLS-TBC-ADV-SW TBC OR EQUAL CLIN 0022: ITEM: CABLE QUANTITY: 1 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Cable-0.7m Data TSC2 > R7/R8, Trimble part# 59046 OR EQUAL (vii) Place of delivery and acceptance and FOB point: Incirlik AB, Adana, Turkey (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last criteria is (ii) price. The Lowest Price Technically Acceptable will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.sam.gov/portal/public/SAM/. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are considered checked and applicable to the acquisition under paragraphs (a): (1), (3) and (b): (1), (27), (36), (47); & (c) (6). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (b) (18), (21), (23), & (26). (xiii) The following additional contract clauses apply to this acquisition: (1) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (2) FAR 52.211-6 Brand Name or Equal (3) FAR 52.225-14 Inconsistency Between English Version & Translation of Contract (4) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) (5) FAR 52.232-18, Availability of Funds (Apr 1984), applies to this acquisition. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (6) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (7) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): 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 address: http://farsite.hill.af.mil (8) DFARS 252.225-7041 Correspondence in English. (9) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (10) DFARS 252.233-7001 Choice of Law (Overseas). (11) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Ms. Tara Petersen, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Ms. Heidi Hoehn, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (12) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 10:00AM on 24 September 2012 and must be valid through 30 September 2012 and include a delivery time. Quotations must include detailed product information to identify technical acceptability. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact A1C Megan Davidson at E-Mail: megan.davidson@incirlik.af.mil and brendan.baxter@incirlik.af.mil or Tel: 0-322-316-8075 for any questions or concerns regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-12-Q-0061/listing.html)
- Place of Performance
- Address: Incirlik AB, Adana, Turkey, Adana, Non-U.S., 09824, Turkey
- Record
- SN02893020-W 20120922/120921003353-9798b63cdf9092a8eca0111e7a814a30 (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 |