Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOLICITATION NOTICE

66 -- REAL TIME KINEMATIC GLOBAL NAVIGATION SATELLITE SYSTEM SURVEY EQUIPMENT

Notice Date
6/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-15-Q-SURV
 
Response Due
6/16/2015
 
Archive Date
7/31/2015
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote reference number W9124Q-15-Q-SURV. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due by: 10:00 A.M. Eastern Time on 16 Jun 2015 to todd.g.kelley.civ@mail.mil.Electronic offers preferred. All questions must be submitted by email no later than 96 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* THIS REQUIREMENT IS FOR: SEE ADDITIONAL DOCUMENT SPECIFICATIONS THIS IS A SMALL BUSINESS (SB) SET-ASIDE. MUST QUOTE ALL OR NOTHING. DELIVERY: WHITE SANDS MISSILE RANGE, NM 88002 CLIN 0001: REAL TIME KINEMATIC GLOBAL NAVIGATION SATELLITE SYSTEM Part no.DescriptionList PriceQTY R8-004-62Trimble R8-42ea 50024-00 Base & Battery Kit1ea TSC3-01-1022Trimble TSC3 w/TA 1ea 82768-00TSC3 Accessory kit 1ea 46169-00 Rangepole Rod w/bipod 1ea 12178 Trimble Tripod 1ea 12179 Trimble Tribrach1ea 12180 Trimble Adapter 1ea 63608-00 Trimble Business Center 1ea TLC-SV-ONSITE Training Provide Available Training Schedule Dates) 2 People BRAND NAME OR EQUAL No partial shipments unless otherwise specified at time of order Submitted Quotes will be valid for 45 days after the solicitation closing. The applicable NAICS code is 334519 with a size standard of 500 EMP. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, Contractors must be actively registered with the System for Award Management at https://www.sam.gov/portal/SAM/#content, as well as, Wide Area Work Flow (https://wawf.eb.mil/). Award shall be made to the most technically acceptable; all items must meet or exceed, with lowest price quote. NOTE: VENDORS MUST BID ALL OR NOTHING. The following clauses and provisions apply to this solicitation and are included by reference: Full text of these clauses may be found at http://www.arnet.gov/far. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at https://www.sam.gov/portal/SAM/#content, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.204-7 System for Award Management, FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, lowest price technically acceptable LPTA, FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov, FAR 52.212-4 Contract Terms and Condition-Commercial Items, FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, FAR 52.222-19 Child Labor-Cooperation with Authorities and RemediesFAR 52.222-21 -Prohibition Of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity for Workers With Disabilities, FAR 52.222-54 Employment Eligibility Verification, FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management, FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies, FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-28, Post Award Small Business Representation (if applicable), FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13, FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference, FAR 52.252-2 -- Clauses Incorporated by Reference, FAR 52.252-5 -- Authorized Deviations in Provisions, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7004 -Required Alternate A, System for Award Management (SAM); Contractors not registered in the SAM will be ineligible for award, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001 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 (BAA) - Balance of Payments Program Certificate (when applicable), DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable), DFARS 252.225-7002, Qualifying Country Sources as Subcontractors, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award), DFARS 252.243-7002, Request for Equitable Adjustment (when applicable), DFARS 252.246-7000, Material Inspection And Receiving Report, DFARS 252.247-7023, Transportation of Supplies by Sea. FAR 52.211-6 -- Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products, including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) You shall submit commercially available literature demonstrating that all of the capabilities listed on the Specifications list are met. INSTRUCTIONS TO OFFERORS: All quotes must be emailed to todd.g.kelley.civ@mail.mil (PREFERRED) or delivered in digital format to Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 Please submit the following information with each quote; the duration required to complete delivery from the date of contract award, unit price, and Total cost. Award will be made on a Lowest Price Technical Acceptable (LPTA) basis. Quotes must be submitted by an authorized individual of the company, and dated. This combined synopsis/solicitation constitutes the total solicitation. There will be no other formal Request for Quotes (RFQs), or other information regarding these requirements. Offers are due not later than 10:00 A.M. Eastern Time on 16 Jun 2015. Todd Kelley todd.g.kelley.civ@mail.mil 575-678-5995
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b8cce03db0c7eae505f720d5fb5dfe2)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03748233-W 20150603/150601234631-1b8cce03db0c7eae505f720d5fb5dfe2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.