SOLICITATION NOTICE
59 -- Headsets - Attachments
- Notice Date
- 8/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-18-Q-TB12
- Point of Contact
- Trenton H Beavers, Phone: 7017233480, Samuel Lopez, Phone: 7017234182
- E-Mail Address
-
trenton.beavers@us.af.mil, samuel.lopez.4@us.af.mil
(trenton.beavers@us.af.mil, samuel.lopez.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combo Synopsis/Solicitation Attachment I Brand Name Justification Combined Synopsis/Solicitation Department of the Air Force 5th Contracting Squadron - Minot AFB, ND Requirement Title: Headsets Solicitation Number: FA4528-18-Q-TB12 Solicitation Issue Date: Monday, 27 August 2018 Response Deadline: Friday, 07 September 2018 no later than 3:00 P.M. CST Point(s) of Contact: Trenton H. Beavers / trenton.beavers@us.af.mil / 701-723-3480 Alternate POC: Samuel A. Lopez / samuel.lopez.4@us.af.mil / 701-723-4182 Contracting Officer: Samuel A. Lopez / samuel.lopez.4@us.af.mil / 701-723-4182 General Information 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 being requested and a written solicitation will not be issued. 2. This solicitation is being issued as a(n) Request For Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2005-98 Defense Federal Acquisition Regulation Public Notice 20180601 Air Force Federal Acquisition Circular 2018-0525 4. This acquisition is not set-aside and is available for Full and Open Competion The North American Industry Size Classification System (NAICS) code associated with this requirement is 334290 The Small Business Size Standard associated with this NAICS is 750 Employees Requirement Information Description: Headsets IAW Attachment I Brand Name Justification Place of Delivery/Performance/Acceptance/FOB Point: 505 Bomber Blvd Minot AFB, ND 58705 Line Item Description Quantity Unit of Measure 0001 Headsets, Peltor #ACH.VCY.92 1200 Each 0002 Gel Cups, Peltor #XRY.GEL 1200 Each 0003 Push to Talk Radio, Atlantic Signal #DSR.B23.LC 1200 Each 0004 Radio APX Series Connectors #DSR.B23.LC 1200 Each Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quotes in response to this solicitation must be submitted no later than 7 September 2018 at 3:00 P.M. CST. Quotes must be submitted via email to the POC. Combined Synopsis/Solicitation Department of the Air Force 5th Contracting Squadron - Minot AFB, ND Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: 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: PRICE - price will be evaluated on a comparative basis amongst all received quotations and the Government's estimate. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference: ✖ 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I ✖ 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ✖ ✖ 52.222-3, Convict Labor ✖ 52.222-19, Child Labor--Cooperation with Authorities and Remedies ✖ 52.222-21, Prohibition of Segregated Facilities ✖ 52.222-26, Equal Opportunity ✖ 52.222-35, Equal Opportunity for Veterans ✖ 52.222-36, Equal Opportunity for Workers with Disabilities ✖ 52.222-37, Employment Reports on Veterans ✖ 52.222-40, Notification of Employee Rights ✖ 52.222-50, Combating Trafficking Persons ✖ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ✖ 52.225-13, Restrictions on Certain Foreign Purchases ✖ 52.232-33, Payment by Electronic Funds Transfer--System for Award Management The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at http://farsite.hill.af.mil. The following provisions and clauses are hereby included by full text or by reference as prescribed: 52.203-3, Gratuities 52.204-7 System for Award Management (SAM) 52.204-13 System for Award Management Maintenance 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.217-6 Option for Increased Quantity 52.217-7 Option for Increased Quantity Separately Priced Line Item 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Recycled Paper 52.204-9, Personal Identity Verification of Contract Personnel 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-5 Certification Regarding Responsibility Matters 52.209-11, Representation by Corporations regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran --Representation and Certification 52.228-5, Insurance -- Work on a Government Installation 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.o.b Destination 52.252-1 Provisions Incorporated by Reference 5.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation 52.253-1 Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 System for Award Management 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information of Litigation Support Contractors 252.209-7991 Unpaid Tax or Felony under any Federal Law 252.211-7003, Item Identification & Valuation 252.223-7008, Prohibition on Hexavalent Chromium 252.225-7001, Buy American Act and balance of Payments Program 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman 5352.201-9000, Elimination of Use of Class I Ozone Depleting Substances Attachments Attachment 1 - Brand Name Justification Combined Synopsis/Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f04d8a577576d8b1715e05383f8a54f)
- Place of Performance
- Address: Minot AFB, Minot, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN05057591-W 20180829/180827231119-0f04d8a577576d8b1715e05383f8a54f (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 |