SOLICITATION NOTICE
16 -- Video Downlink Upgrade for Helicopter
- Notice Date
- 11/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DOI, National Business Center, AQDDivision 4/ Branch 1300 East Mallard DriveSuite 200BoiseID83706
- ZIP Code
- 83706
- Solicitation Number
- D13PS00041
- Response Due
- 12/7/2012
- Archive Date
- 1/6/2013
- Point of Contact
- Edith Stansbury
- Small Business Set-Aside
- N/A
- 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; written quotations are being requested and a written solicitation will not be issued. This Request for Quotation D13PS00041 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-61. The North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. One firm-fixed-price contract will be awarded. The award will be based on FAR 6.302-1(c) - Only one responsible source and no other supplies or services will satisfy agency requirements.- Brand Name. The Department of the Interior (DOI) intends to negotiate and award to the Original Equipment Manufacturer (OEM), Sierra Nevada Corporation, 444 Salomon Circle, Sparks, Nevada 89434 -9651 or a responsible contractor who can provide a Certificate of Conformance (COC) AND TRACEABILITY TO THE OEM FOR THE PURCHASE OF THE FOLLOWING LINE ITEMS. TRACEABILITY MEANS THAT THE AWARDEE MUST BE ABLE TO SHOW A CLEAR DOCUMENTED, AUDITABLE PAPER TRAIL FOR OWNERSHIP AND TRANSFER OF EACH PART, FROM THE OEM TO THE FINAL VENDOR. The DOI does not own nor can it provide specifications, plans, drawings or other technical data. This acquisition is for NEW MATERIAL ONLY. All responsible sources may submit a capability statement and quotation that will be considered. REQUIREMENT: 1 each KP10-119 Video Downlink replacement system for aircraft use with option for 1 each KP10-119 Video Downlink replacement system for aircraft use. DELIVERY: 1. Delivery date required - 60 days after receipt of order 2. Deliver to National Park Service, 1100 Ohio Drive, SW, Washington, DC 20240; telephone 202-690-0768 3. FOB Destination INVOICING INSTRUCTIONS: Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform system (IPP). The IPP website address is: https://www.ipp.gov. The following Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulation Provisions and Clauses Apply: 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/these address(es) https://www.acquisition.gov/far/index.html: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 Central Contractor Registration (Aug 2012) 52.209-2 Prohibition on Contracting with Inverted Domestic CorporationsRepresentation (May 2011) 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2012) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2012) - only applicable items are listed herein with the clause numbering schema retained. Inapplicable items have been omitted: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [FAR numbering schema has been retained and inapplicable items have been omitted from the list] X(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). X(7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). X(8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). X(10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). X(14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). X(17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). X(23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). X(26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X(27) 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X(28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X(29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X(30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X(31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X(32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X(33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X(38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X(41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X(42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). X(47) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C. 3332). X(50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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 RecordsNegotiation. (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 Contractors 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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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)). (ii) 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. (iii) [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 (JUL 2012). (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 The following Department of the Interior clauses and regulations apply to this procurement and are incorporated by reference with the same force and effect as if they were given in full text: 1. Department of the Interior Acquisition Regulation 1452.215-71, Title Use and Disclosure of Proposal Information April 1984. The full text of this clause may be accessed electronically at http://www.doi.gov/pam/programs/acquisition/pamareg.cfm. 2(a). Department of the Interior Acquisition Policy Release (DIAPR) 2011-04, Amendment 2, Subject: Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (September 2011). (b) Department of the Interior Acquisition Policy Release (DIAPR) 2012-11, Amendment 1, Subject: Providing Accelerated Payment to Small Business Subcontractors (52.232-9 Aug 2012) - DOI Class Deviation. (c) The full text of these clauses may be accessed electronically at http://www.doi.gov/pam/programs/acquisition/diapr.cfm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2132ed025fd6a2e7219c1f2d0eec9ceb)
- Record
- SN02935766-W 20121123/121121234340-2132ed025fd6a2e7219c1f2d0eec9ceb (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 |