Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

59 -- STEM ROBOTS - (Draft)

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, New Jersey, 08640
 
ZIP Code
08640
 
Solicitation Number
PANNGB-18-P-0000-074745
 
Point of Contact
Christopher A. Hower, Phone: 609-562-0265
 
E-Mail Address
christopher.a.hower.civ@mail.mil
(christopher.a.hower.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Full Text Provisions and Clauses Attachment 1 - Description of Requirement 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; quotes are being requested and a written solicitation will not be issued. This solicitation, PANNGB-18-P-0000-074745, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 336111 and the small business size standard is 1,500 employees. Basis for award is Price and Technical Acceptance. Technical Acceptance will be met based on the contractor's ability to provide an exact match or equivalent to the items listed below and in Attachment #1. The government intends to issue a single award but may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. The following commercial items are requested in this solicitation: Line Item 0001: 44960 USAR Competition Field (See Attachment #1). Quantity: 2 Each. Line Item 0002: 44587 Competition in a Box (See Attachment #1). Quantity: 2 Each. Line Item 0003: 43054 TETRIX Max Dual-Control Robot (See Attachment #1). Quantity: 20 Each. Line Item 0004: 41979 TETRIX MAX Expansion Set (See Attachment #1). Quantity: 20 Each. Line Item 0005: 44753 Wireless Camera Kit for TETRIX Max (See Attachment #1). Quantity: 20 Each. Line Item 0006: 44609 TETRIX Max Gripper Kit (See Attachment #1). Quantity: 20 Each. Line Item 0007: 39057 TETRIX MAX 3,000 mAH NiMH Battery (See Attachment #1). Quantity: 35 Each. Line Item 0008: 45024 Mr. Robot Kit (See Attachment #1). Quantity: 2 Each. Line Item 0009: 37950 Mr. Robot Model (See Attachment #1). Quantity: 1 Each. Line Item 0010: 51046 AA Batteries (See Attachment #1). Quantity: 25 Each. Line Item 0011: 34339 Onsite Training (See Attachment #1). Quantity: 1 Each. Line Item 0012: Shipping (See Attachment #1). Quantity: 1 Each. Vendors shall submit questions related to this combined synopsis/solicitation not later than 11:00 a.m. on 23 July 2018. Questions may be directed to Christopher Hower, Contract Specialist, at (609)562-0265, e-mail Christopher.a.hower.civ@mail.mil. Vendors shall submit quotations by pricing each line item and must submit technical specifications showing either exact match or equivalency of items requested. Quotations are due at 12:00 p.m. on Thursday, 02 August 2018. Quotations must be submitted via e-mail to Christopher.a.hower.civ@mail.mil. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.217-8, Option to Extend Services 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 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/PANNGB-18-P-0000-074745/listing.html)
 
Place of Performance
Address: 35 Camp Drive, National Guard Joint Training Center (NGJTC), Sea Girt, New Jersey, 08750, United States
Zip Code: 08750
 
Record
SN04995750-W 20180719/180717231339-99b91ccc78558b90f17539db7b9404ae (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.