SOLICITATION NOTICE
59 -- Mobile Monitors
- Notice Date
- 9/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 194 MSG/MSC (USPFO WA), 101 41st Division Way, Camp Murray, Washington, 98430, United States
- ZIP Code
- 98430
- Solicitation Number
- F9X1166190AW01
- Archive Date
- 9/30/2016
- Point of Contact
- Robert J Burke, Phone: 2535122178, Matthew J. Berube, Phone: 2535122186
- E-Mail Address
-
robert.j.burke2.mil@mail.mil, matthew.j.berube2.mil@mail.mil
(robert.j.burke2.mil@mail.mil, matthew.j.berube2.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. F9X1166190AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, 15 Aug 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160830 (Effective 30 August 2016). It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334290, size standard 750 employees. Description of Requirement: The Washington Air National Guard requires the following items, Brand Name or Equal: CLIN 0001: Standard Mobile Monitor with Ruggedization Kit Six 15 Technologies Part # 404T10091 Or Equal. Must meet the following minimum specifications: • Monitor size must be 6x4x1" or smaller (without ruggedization seal) • Must be LCD Color Display • Minimum 640x480 pixel display • Minimum 600:1 Contrast Ratio • Brightness 500 cd/m2 • Must have greater than 50 degree viewing angle in all directions • Must have display input RCA (NTSC, RS-170) • Ingress Protection IP54 • Functional in temperature range -25C to 70C • IP67 Seal over connectors • Shock Resistant • Must terminate in Glenair 13 Pin Connector QTY: 10 Each **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED. ** ***ALL ITEMS MUST BE NEW AND COVERED BY MANUFACTURERS WARRENTY. REFURNISHED ITEMS NOT AUTHORIZED.*** Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Delivery will be to: Attn: Sharon Landis-Green 116 Infantry Dr. Camp Murray, WA 98430 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 15 September 2016. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: MSgt Robert Burke EMAIL: Robert.J.Burke.mil@mail.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) and meet the size standard of 750 employees associated with the NAICS code 334290. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.2.11-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items 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; price, delivery, and technical acceptability of all items are the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, 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, 52.219-28, 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 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 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 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/806dfae2654068223b4abb2c807c4fa4)
- Place of Performance
- Address: Attn: Sharon Landis-Green, 116 Infantry Dr., Camp Murray, WA 98430, Camp Murray, Washington, 98430, United States
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN04264878-W 20160911/160911092601-806dfae2654068223b4abb2c807c4fa4 (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 |