SOLICITATION NOTICE
87 -- Supply and Deliver Survey Equipment
- Notice Date
- 8/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Oregon ZAP, Willamette NF, 3106 Pierce Parkway, Suite D, Springfield, Oregon, 97477, United States
- ZIP Code
- 97477
- Solicitation Number
- AG-04R4-S-15-0029
- Archive Date
- 9/15/2015
- Point of Contact
- Ladette Armstrong, Phone: 541-225-6321
- E-Mail Address
-
larmstrong@fs.fed.us
(larmstrong@fs.fed.us)
- 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 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-04R4-S-15-0029 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 334511. The small business size standard is 500 employees. This acquisition is a Total Small Business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-77. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-27, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-54, 52.225-1, 52.232-33. The following clauses are also applicable: 52.217-6, 52.217-7 and 52.232-18. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. Line Item Description: Supply and Deliver F.O.B. Destination Surveyor Equipment, Javad Triumph 1-M Survey Grade GPS with additional items as described below. Triumph 1 GPS Receiver, 216 CNLS, L2C/L5 GPS $ GLONASS,12.5/25kHz, Pole UHF Antenna, 5HZ RTK, 256 MB, 406-470 MhZ, WIFI, USB. Quantity: 1 Each. Price: $ _________________________ Triumph 1M GPS Receiver, 864 CNLS, L2C/L5 GPS $ GLONASS, 12.5/25kHz, Pole UHF Antenna 5HZ RTK, 256 MB, 406-470 MhZ, WIFI, USB Quantity: 1 Each. Price: $ _________________________ JAVAD HPT435BT Radio, MNT, Antenna Quantity: 1 Each. Price: $ _________________________ Base Radio Accessories Quantity: 1 Each. Price: $ _________________________ JAVAD ODU/DB15 CABLE Quantity: 1 Each. Price: $ _________________________ Carlson Surveyor 2 Data collector, TS/GPS Quantity: 1 Each. Price: $ _________________________ Carlson SURVCE 4.0 TS/GPS (Upgrade) Quantity: 1 Each. Price: $ _________________________ Data Collector Holder Quantity: 1 Each. Price: $ _________________________ On Site Training Quantity: 2 Days. Price: $ _________________________ Phone Support Quantity: 1 Year. Price: $ _________________________ Three Year Warranty Quantity: 3 Each. Price: $ _________________________ Subtotal $ ___________________ Customer Discount (Trade-In) $ ____________________ TOTAL: $ __________________ Trade In Description: 2-Trimble 4700 Base/Rover Kits; 1-Trimble R8 Bae with Int Radio; 2-Trimble 5800 Rover 3-TSCe data collector 1-HPT450 Radio 2-TrimarkIIe radio; 1-Trimark3 radio All cables cases and accessories Technical Contact: Bill Ham 541-383-5621 or Ladette Armstrong 541-225-6321 Required Delivery Schedule: The Government requires delivery on or before September 24, 2015. Delivery shall be made on regular working days, Monday through Friday, between 7:00 a.m. and 4:30 p.m. Contractor shall notify the Contracting Officer's Representative (COR) 48 hours in advance of delivery at (541) 383-5621. Packing and Packaging - Commercial: Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation. Quotes and Descriptive Literature establishing verification of technical capability to meet specifications are due to the Contracting Officer, Willamette National Forest, 3106 Pierce Parkway, STE D, Springfield, Oregon 97477, by 4:00 p.m., local time on or before: 08/31/2015. Send quotes by FAX to: (541) 225-6220 - Attn: CO Ladette Armstrong NOTE: prospective awardee shall be registered in the System for Award Management (SAM). All contractors and vendors must complete the electronic version of the Representations and Certifications. https://www.sam.gov/portal/public/SAM/ ATTACHMENT 1 TO COMBINED SYNOPSIS & SOLICITATION AG-04R4-S-15-0029 - SUPPLY & DELIVER SURVEY EQUIPMENT Complete the following and return with offer: AGAR 452.209 - 70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012)Alternate 1 (Feb 2012). (a) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. a. (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. b. The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision)  Government Employees, Former USDA Employees, and USDA Retirees The offeror/quoter represents and certifies that -- A. It [ ] is, [ ] is not a current Federal Government employee. B. It [ ] is, [ ] is not a former USDA employee. C. It [ ] is, [ ] is not a retired USDA employee. If retired, give date of retirement:_________. D. It [ ] is, [ ] is not related by blood or marriage to a current Forest Service employee on the ______ National Forest. If so, list employee's name and location:______________________________. E. It [ ] is, [ ] is not substantially owned or controlled by a former USDA employee or retiree.  DUNS NUMBER: __________________________________________________  TAX IDENTIFICATION NUMBER (TIN):_____________________________  EMAIL ADDRESS: ____________________________________________ OFFEROR'S SIGNATURE:_________________________ DATE:___________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04R4/AG-04R4-S-15-0029/listing.html)
- Place of Performance
- Address: : Willamette National Forest, 3106 Pierce Parkway, STE D, Springfield, OR 97477, Springfield, Oregon, 97477, United States
- Zip Code: 97477
- Zip Code: 97477
- Record
- SN03851873-W 20150826/150824234958-279b58f01591bbcb7c8c5b89ace59764 (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 |