Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2017 FBO #5880
SOLICITATION NOTICE

58 -- Ground Station Radio - Attachment 1

Notice Date
12/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 162 MSG/MSC AZ ANG, 1455 E EL TIGRE WAY, TUCSON, Arizona, 85706-6091, United States
 
ZIP Code
85706-6091
 
Solicitation Number
W912L2-18-Q-6003
 
Archive Date
1/20/2018
 
Point of Contact
Michael Salmon, Phone: 5202956066
 
E-Mail Address
michael.salmon.5@us.af.mil
(michael.salmon.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ground Station Radio Specifications (1) 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 requested and a written solicitation will not be issued. (2) This solicitation/synopsis reference number is W912L2-18-Q-6003 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Dated 06 Nov 2017. (4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334220 with a 1,250 Employee size standard. (5) Contractors shall submit a lump sum quote based on the below CLIN along with an in depth breakdown of costs. A breakdown of costs is mandatory. All responsible sources may submit a quote, which shall be considered. A firm fixed price one time purchase order is contemplated. CLIN Description Unit Qty. Unit Price Sub-Total Price Total Price: 0001 Ground Station Radio System Kit 01 (For breakdown of required subcomponents, refer to attached system specifications) FFP FOB: Destination (6) See attachment for required system capabilities and breakdown of components/items to be provided. (7) Delivery Terms: Not to exceed 30 calendar days after receipt of award. Delivery Address: MSgt Joseph Mazzei 6620 S Air Guard Way Tucson, AZ 85706 (8) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.202-1 - Definitions FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.204-22 - Alternative Line Item Proposal FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action 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 Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act - Supplies FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 - Availability of Funds FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (ALT 1) - Changes - Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 -Termination for Convenience of the Government (Services) (Short Form) DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - System for Award Management DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications. (9) The following additional provisions and clauses are applicable to this procurement. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government will evaluate each proposal by employing the best value trade off method. (b) All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated as detailed in paragraph (d). A proposal that is incomplete will not be considered for award. (c) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. (d) Evaluation Factors for Award. Award will be made to the technically acceptable offeror whose proposal offers the best overall value to the Government considering the factors below. FACTOR 1 - Price FACTOR 2 - Technical Acceptability (e) 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. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http://www.acquisition.gov. FAR 52.252-1 SOLICITATION PROVISIONS 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/ DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS Contractor shall submit payment requests and receiving reports using WAWF Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. Note: The WAWF routing information will be provided upon award. (11) Response to this combined synopsis/solicitation must be received via email by: 05 January 2018 no later than 3:30 PM Mountain Standard Time. Requests should be marked with solicitation number W912L2-18-Q-6003. (12) Address questions to TSgt Michael Salmon via email at michael.salmon.5@us.af.mil. Attachment: Ground Station Radio System Specifications (19 Dec 17)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-2/W912L2-18-Q-6003 /listing.html)
 
Place of Performance
Address: 6620 S Air Guard Way, Tucson, Arizona, 85706, United States
Zip Code: 85706
 
Record
SN04776586-W 20171229/171227230636-05b3941a3d7c5a5e2afa49c68464e1e7 (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.