SOLICITATION NOTICE
58 -- Digital Intercom and Headsets
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- F353524197A002
- Archive Date
- 9/12/2014
- Point of Contact
- Ketah L. Watson, Phone: 6182569262
- E-Mail Address
-
ketah.watson@us.af.mil
(ketah.watson@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 375th Contracting Squadron at Scott AFB, IL is contemplating an award for a Digital Intercom System and Compatible Headsets. A description of the products is listed below. All products provided shall be Brand Name or Equal. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c) (2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 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. (ii) The solicitation reference number is F353524197A002, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-76 effective 25 Jul 14, and the Defense Federal Acquisition Regulation Supplement DPN 20140805 Edition. (iv) This acquisition is 100% Small Business Set Aside under North American Industry Classification System (NAICS) code 334290. The small business size standard is 750 Employees. (v) Contract Line Item Number(s) (CLINS) ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Digital Intercom1 Radio (Wireless) 8 EA _______ ________ MFR: FIRECOM, Part # 5100D NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0002 210 Radio Interface, Dual HS 3 Each _______ _________ MFR: FIRECOM, Part # 106-0271-10 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0003 MR- Cable 11 Each Must be compatible with proposed system NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0004 Wireless Headset, Under Helmet Radio Transmit (US/CAN), 38 Each _______ ________ MFR: FIRECOM, Part # UHW-51 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0005 Wireless Base, Single Channel 28 Each _______ _________ MFR: FIRECOM, Part # 106-3089-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0006 110/210 Base station, Single Channel 6 Each MFR: FIRECOM, Part # 106-3094-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0007 WL,Base Power Adaptor 110/210, Intercom to 2x Wireless 3 Each _______ ________ MFR: FIRECOM, Part # 420-2143-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0008 WL,Base Power Adaptor 30XXR, 2x Wireless Base 8 Each _______ _________ MFR: FIRECOM, Part # 420-2142-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0009 Hanger Hook, Yellow NFPA for Headset 34 Each MFR: FIRECOM, Part# 108-0678-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0010 Ear Seals, Confor Foam, Pair, 34 Each _______ ________ MFR: FIRECOM, Part # 108-0091-00 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0011 8-Person ComHub TM Portable Wireless Communication Hub, US/CAN 1 Each _______ ________ MFR: SONETICS Part # SON-CH8 NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0012 Water-resistant padded nylon bag, Red, 1 Each _______ _________ MFR: SONETICS NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0013 8-Person Charging Case 1 Each MFR: MFR: SONETICS NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0014 Charging kit for COMHUB & Headset Chargers 1 Each _______ ________ MFR: SONETICS (Compatible with COMHUB) NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0015 Triton Wireless Headset, Behind Head 1 Way Push, US/CAN, 8 Each MFR: SONETICS (Compatible with Portable COMHUB) NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0016 MR- Cable 1 Each _______ ________ Must be compatible with proposed system NET AMT ITEM NO SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT 0017 Shipping 1 LO _______ ________ If shipping is separate, please apply the cost to this Line Item. NET AMT TOTAL FOR ALL ITEM NOS. COMBINED: 0001-0017 tiny_mce_marker________________ PROVIDE UNIT PRICING AND EXTENDED AMOUNT ON EACH OF THE ITEM NUMBERS AND THE TOTAL OF ALL LINE ITEMS IN THE LINE PROVIDED. (vi) Description of requirements: The contractor shall furnish all labor, tools, materials, transportation necessary to provide poly Digital Intercom and Headsets for Scott AFB, IL. (vii) The Government desires FOB Destination, Scott AFB, IL with a delivery of 30 Days ARO. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Number of days/weeks for delivery ______________________________________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ 12. GSA number, if applicable to this requirement ___________________________ TECHNICAL CAPABILITY INFORMATION: Provide details of your firm's ability to provide the items offered. This information will be used to determine the technical acceptability of the items offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov/. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.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. A copy of paragraphs (c) through (o) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012) applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2013) applies. The following additional FAR clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.232-39, Clause for Unenforceability of Unauthorized Obligations FAR 52.233-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B. Destination DFARS, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) 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): http://farsite.hill.af.mil 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/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101, OMBUDSMAN (Apr 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Gregory S. Oneal, AFICA KM, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. In accordance with DFARS 252.204-7004, Alternate A, System for Award Management, prior to receiving any contract award, contractors must be registered in System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at https://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area WorkFlow (WAWF) is the DoD system for implementing this statutory requirement. Use of the system is at NO COST to the contractor and training is available at https://wawf.eb.mil/. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 12:00 P.M. CST on 28 Aug 14. (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: Ketah Watson 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Ketah Watson By email: ketah.watson@us.af.mil PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. The point of contact for this acquisition is Ketah L. Watson: phone 618-256-9262; fax 618-256-2174; e-mail ketah.watson@us.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-2174; e-mail marcia.wuebbels@scott.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F353524197A002/listing.html)
- Place of Performance
- Address: Scott AFB, IL, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN03475969-W 20140823/140822000818-dd7bdd74deb012e57580a9d7af6cb9aa (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 |