Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
SOLICITATION NOTICE

58 -- Ground Stations

Notice Date
9/26/2018
 
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, 136 MSG/MSC, TX ANG, 200 HENSLEY AVE, BUILDING 1672, CARSWELL JOINT RESERVE BASE, FORT WORTH, Texas, 76127-1672, United States
 
ZIP Code
76127-1672
 
Solicitation Number
W912L118Q5012
 
Archive Date
9/29/2018
 
Point of Contact
Micah A. Kruse, Phone: 8178523254
 
E-Mail Address
micah.a.kruse.mil@mail.mil
(micah.a.kruse.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
i. 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. This is not a request for competitive quotes; however, interested parties may inform the Contracting Officer in writing prior to the solicitation closing date and time of its interest and ability to provide a product capable of meeting the Government's need. Information received in response to the solicitation will be considered solely for the purpose of determining whether the Government should conduct a competitive procurement. This determination is solely within the discretion of the Government. Information received in response to this solicitation must show clear and convincing evidence that the interested party can meet the Government's need and that competition would be advantageous to the Government. ii. The solicitation number is W912L118Q5012 and is being issued as a Request for Quote (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. iv. This solicitation is issued as a Request for Quote (RFQ) directly to Gauss Management Research And Engineering, Inc. (Cage Code: 47SD5) for the purchase of two Mobility Air Forces Ground Station Kits (MAF GS Kits) (Part No. 625K18001-10). The North American Industry Classification System (NAICS) for this requirement is 334220 and the associated Small Business Size Standard is 1,250 Employees. v. The contractor shall provide the following: CLIN 0001 - Mobility Air Forces Ground Station - Manufacturer: GMRE - Part No. 625K18001-10 - Quantity: 2(ea) vi. The ground station kit is a customized grouping of components (cables, laptop, antennas and interfaces) assembled for the purpose of using government owned software (TAMSS) as a ground station in support of Data Link Enabled Aircraft. vii. The delivery and acceptance location for this requirement is the Naval Air Station Fort Worth Joint Reserve Base located in Fort Worth, Texas (Zip Code 76127). The Government request Destination as the FOB point and delivery within 90 calendar days after receipt of order (ARO). viii. Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial - The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition, with addenda. Reference attached Addendum to FAR 52.212-1. ix. FAR 52.212-2, Evaluation-Commercial Items - The Government shall utilize the evaluation procedures included by addenda in lieu of the provision at FAR 52.212-2, Evaluation - Commercial Items. Reference attached Addendum to FAR 52.212-2. x. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items - Quoters shall include a completed copy of the provision at FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications completed electronically. xi. FAR 52.212-4, Contract Terms and Conditions-Commercial Items - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda. xii. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The contractor shall comply with the following additional FAR clauses: FAR 52.203-19, FAR 52.204-10, FAR 52.209-10, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33, FAR 52.233-3, FAR 52.233-4 xiii. The following provisions and/or clauses apply to this: FAR 52.204-7, FAR 52.204-16, FAR 52.204-22, FAR 52.211-6, FAR 52.212-1 (DEVIATION 2018-O0013), FAR 52.212-2, FAR 52.212-3 (Alt I), FAR 52.216-1, FAR 52.225-18, FAR 52.252-1, FAR 52.252-3, FAR 52.252-5, Defense Federal Acquisition Regulation Supplement (DFARS) DFARS 252.203-7005, DFARS 252.204-7004 (Alt A) FAR 52.204-13, FAR 52.204-18, FAR 52.204-19, FAR 52.212-4, FAR 52.212-5, FAR 52.222-27, FAR 52.223-3, FAR 52.232-39, FAR 52.232-40, FAR 52.233-1, FAR 52.252-2, FAR 52.247-34, FAR 52.252-6, FAR 52.253-1, DFARS 252.203-7000, DFARS 252.203-7002, DFARS 252.204-7000, DFARS 252.204-7003, DFARS 252.211-7003, DFARS 252.223-7008, DFARS 252.225-7001, DFARS 252.225-7002, DFARS 252.225-7048, DFARS 252.232-7003, DFARS 252.232-7006, DFARS 252.243-7001, DFARS 252.244-7000, DFARS 252.246-7008, DFARS 252.247-7023, DFARS 252.247-7024 xiv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv. All quotes shall be submitted no later than 1:00 PM (CST) on 28 September 2018 by email to usaf.tx.136-aw.list.fal-msc-contracting@mail.mil or by delivery to 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127-1671. The use of facsimile is not authorized. xvi. For further information regarding this solicitation, quoters can contact the 136th Mission Support Contracting Office by phone at 817-852-3254/3307 or by email at usaf.tx.136-aw.list.fal-msc-contracting@mail.mil. The full text versions of referenced clauses and provisions is accessible through https://www.acquisition.gov/far/. Addendum to FAR 52.212-1 -- Instructions to Quoters -- Commercial Items FAR 52.212-1 is replaced in its entirety by this addendum (a) North American Industry Classification System (NAICS) code and small business size standard. The North American Industry Classification System (NAICS) for this requirement is 334220 and the associated Small Business Size Standard is 1,250 Employees. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of Quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes may be submitted electronically by email to usaf.tx.136-aw.list.fal-msc-contracting@mail.mil or delivered in person to the address listed in Block 9 of the SF 1449. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Quotations shall include the following information: (1) Solicitation number; (2) Company name, address, DUNS number, and telephone number; (3) Price and any discount terms; (4) Acknowledgment of solicitation amendments; (5) Detailed description of the product and any associated services, as well as supplemental information that enables the Government to evaluate the proposed product (i.e. brochure, drawings, etc.); (6) Terms of any express warranty; (7) If the quotation is not submitted on the SF 1449, include a statement assenting to the terms, conditions, and provisions of the solicitation; and (8) Completed copy of the representations and certifications at FAR 52.212-3 (d) Product Samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing. (e) Multiple Quotations. Quoters may submit multiple quotations in response to this solicitation. The Government will evaluate each quotation separately. (f) Late Submissions. Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 PM (CST). Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. Quoters should submit quotations with their best terms. The Contracting Officer may reject any or all quotations. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR Part 15. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum. The Government is not required to select a quotation that exceeds the minimum. Quotations may exceed requirements. (h) Multiple Purchase Orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (i) Availability of Government Documents. If the descriptions in this solicitation of the products or services we want to buy refer to any Government specification, standard, or commercial item description, you may obtain a copy of any such documents from the places listed in Federal Acquisition Regulation 52.212-1, paragraph (i). (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for Information and Notification. The contracting officer does not intend on notifying unsuccessful quoters. Notification to unsuccessful suppliers shall be given only if requested or required by FAR 5.301. If a supplier requests information on an award that was based on factors other than price alone, a brief explanation of the basis for the contract award decision shall be provided by the Government. (End of provision) Addendum to FAR 52.212-2 - Evaluation -- Commercial Items FAR 52.212-2 is replaced in its entirety by this addendum The Government will award a purchase order resulting from this solicitation to the responsible quoter solicited on a sole source basis, whose quote conforms to the solicitation and is found to be advantageous to the Government. In its evaluation, the Government shall consider price alone. Prior to making an award, the Government whether the proposed price is fair and reasonable in accordance with FAR 13.106-3(a), utilizing one or more of the techniques identified at FAR 13.106-3(a)(1) and/or (2). (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/W912L118Q5012/listing.html)
 
Place of Performance
Address: 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN05105778-W 20180928/180926230931-9ca4b07a59d6366ac25b1b5f066a750b (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.