SOLICITATION NOTICE
58 -- URC-200 Transceivers - JA_Brand Name_Under SAT - SOW
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 126 MSG/MSC, IL ANG, 2101 GOLF COURSE ROAD, SCOTT AFB, Illinois, 62269-5000, United States
- ZIP Code
- 62269-5000
- Solicitation Number
- W91SMC-18-Q-2618
- Archive Date
- 10/5/2018
- Point of Contact
- Jamie Betzinger, Phone: 6182225116
- E-Mail Address
-
jamie.l.betzinger.mil@mail.mil
(jamie.l.betzinger.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Air to Ground Radios, dated 6 Sep 2018, 2 pages Brand Name Justification Documentation This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W91SMC-18-Q-2618 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-83 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being set-aside 100% for SMALL BUSINESS. The North American Industrial Classification System Code is 334290 with a size standard of 750. REQUIREMENT: The 126th Contracting Squadron, Scott AFB, IL intends to issue a contract/purchase order for General Dynamics URC-200 Transceivers and accessories. This is a Brand Name request. All work should be in accordance with (IAW) the Statement of Work (SOW), Air to Ground Radios, SOW, date 6 Sep 18, 2 pages. CLIN0001 URC-200 V2 Transceiver, 5 ea CLIN0002 400-420 MHz Enhancement Module, 5 ea CLIN0003 External Speaker, 3 ea CLIN0004 Speaker Cable, 3 ea BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Quotes are due no later than 09:00 A.M. CDT, 17 Sep 2018. Quotes can be emailed to jamie.l.betzinger.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 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 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference 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 252.230-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 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 252.211-7003, Item Unique Identification and Valuation DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222.53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements 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 Contracting Office Address: 126 Air Guard Way, Bldg 5000 Scott AFB, IL 62225 Primary Point of Contact: TSgt Jamie Betzinger 618-222-5116 jamie.l.betzinger.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-1/W91SMC-18-Q-2618/listing.html)
- Place of Performance
- Address: 126 ARW, Attn: 126 Communications Flight, Bldg 5016, 2210 East Drive, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN05081279-W 20180912/180910231342-e815115ab89e348e35af1947f0b34ad5 (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 |