Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOLICITATION NOTICE

58 -- Radio Repeater Monitoring Stations - Package #1

Notice Date
5/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-16-S008
 
Archive Date
6/8/2016
 
Point of Contact
Suzan Stage, Phone: 505-563-7415
 
E-Mail Address
sstage@fs.fed.us
(sstage@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote information JOFOC GPAT Bill of Materials This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is AG-7604-S-16-S008. The solicitation is a request for quote (RFQ). Radio Repeater Monitoring Stations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This solicitation is a Small Business Set Aside. NAICS code: 334519; small business size standard 500 employees. See attached schedule of equipment/supplies (Bill of Materials) for a list of contract line item number(s) and items, quantities and units of measure. New Equipment ONLY. FOB destination: Delivery location: USDA FOREST SERVICE BOISE NATIONAL FOREST WAREHOUSE 1918 COMMERCE AVENUE BOISE ID 83705-5313 QUOTES SHALL INCLUDE THE FOLLOWING: 1. Quote related to the Bill of Materials (BOM) 2. Technical Specifications for all items being quoted. 3. Completed GPAT 4. Fill out FAR Clause 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, put company name, physically sign and date (see below). 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, price and other factors considered. The following factors shall be used to evaluate offers: i. Products offered meet the technical requirements of the bill of materials ii. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. iii. Registered in the System for Award Management (SAM), www.sam.gov. The offers are due back Tuesday, 24 May 2016 by 11:00 am Mountain Time. Offers shall be emailed to sstage@fs.fed.us. If you have any questions please direct them to Suzan Stage at sstage@fs.fed.us. Section 508 Compliance: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: Technical environment features that might affect accessibility the equipment identified will only be used and maintained by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring in places such as remote shelters, telecommunication closets or stored by Radio technicians to quickly replace like for like faulty parts. All items purchased are commercial-off-the-shelf (COTS) items or from the Department of Homeland Security, LMR BPA, and National Interagency Fire Center (NIFC) standards http://www.nifc.gov/NIICD/EngDev/digital.html for digital radio communications for use by federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. Any provisions or products determined to be commercially available in pre-solicitation market research and are indicated as either partially or not 508 compliant will be provided an alternative format or equivalent facilitation upon request for any individual seeking accessibility. Reasonable accommodation will be provided as required." The vendor must be capable of procuring and delivering the equipment listed within the contract within 60 days of contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: The non-cost factors are: 1) Meets the technical requirements of the Bill of Materials. 2) Small business set aside. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at 52.212-3, unless have already registered in ORCA. Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.204-1, 52.204-2, 52.204-7, 52.204-19, 52.211-6, 52.216-24, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-13, 52.232-19, 52.232-33, 52.233-2, 52.233-3, 52.233-4, 52.239-1, 52.244-6. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has 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, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has 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; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-16-S008/listing.html)
 
Place of Performance
Address: USDA FOREST SERVICE, BOISE NATIONAL FOREST WAREHOUSE, 1918 COMMERCE AVENUE, BOISE, Idaho, 83705-5313, United States
Zip Code: 83705-5313
 
Record
SN04123055-W 20160521/160519234821-94b9a82a00bb4949676bd20e73b9b10a (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.