Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SOLICITATION NOTICE

59 -- GRAS Sound & Vibration Brand Name

Notice Date
11/4/2020 2:38:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY21R0008
 
Response Due
11/17/2020 12:30:00 PM
 
Archive Date
12/02/2020
 
Point of Contact
Yvette M Daltorio
 
E-Mail Address
yvette.m.daltorio.civ@mail.mil
(yvette.m.daltorio.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. (ii) This solicitation, number W911QY21R0008, is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09 effective 10/26/2020. (iv) This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 334310 with a small business size standard of 750 employees. (v) Line item numbers and items, quantities and units of measure are as follows; CLIN 0001 - Power Module, 2-channel with gain, filters & SysCheck generator; Product 12AA; Quantity one (1) Each CLIN 0002 - Pistonphone, Class 1; Product 42AA; Quantity one (1) Each ����������������������� CLIN 0003 - Test Fixture-Acoustic, High Sensitivity, According to ANSI S12.42; Product 45CB-S1; Quantity one (1) Each�������������������� CLIN 0004 - Cable, 3m, BNC - BNC; Product AA0035; Quantity two (2) Each������������������ CLIN 0005 - Cable, 3m, LEMO 7-Pin - LEMO 7-Pin; Product A0008; Quantity two (2) Each CLIN 0006 - Adapter, Calibration, 1/2"" for KEMAR Pinna; Product RA0157; Quantity one (1) Each Vendor quotation shall include any/all shipping costs to 2610 Seventh Street, Area B, Bldg 441 Wright-Patterson AFB, OH 45433. (vi) Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND) requires the above GRAS Sound &Vibration products. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.� (vii) Delivery is required as soon as possible. Offerors should provide best and earliest delivery date available to 2610 Seventh Street, Area B, Bldg 441 Wright-Patterson AFB, OH 45433. Government preference is to receive equipment by 15 January 2021. Inspection/Acceptance by Government, FOB Destination.� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial (DEVIATION 2018-O0018), applies to this acquisition and is incorporated by reference into this RFQ. See section (xv) below for submission instructions. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. 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: (1) technical capability to meet the Government requirement; (2) price; (3) past performance. Technical and past performance, when combined, are less important when compared to price. (x) Offerors are to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications�Commercial Items � Alternate 1, with its offer.� (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ.� The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.204-10����� Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-23����� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-25����� Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2020 52.209-6������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.209-10����� Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6������� Notice of Total Small Business Set-Aside MAR 2020 (DEVIATION 2020-O0008) 52.219-28����� Post-Award Small Business Program Rerepresentation JUN 2020 52.222-3������� Convict Labor JUN 2003 52.222-19����� Child Labor�Cooperation with Authorities and Remedies JAN 2020 52.222-21����� Prohibition of Segregated Facilities APR 2015 52.222-26����� Equal Opportunity SEP 2016 52.222-36����� Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50����� Combating Trafficking in Persons OCT 2020 52.223-18����� Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.225-13����� Restrictions on Certain Foreign Purchases JUN 2008 52.232-33����� Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.233-3������� Protest after Award AUG 1996 52.233-4������� Applicable Law for Breach of Contract Claim OCT 2004 (xiii) The following additional FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference; 52.204-7������� System for Award Management��� OCT 2018 52.204-13����� System for Award Management Maintenance OCT 2018 52.204-16����� Commercial and Government Entity Code Reporting AUG 2020 52.204-18����� Commercial and Government Entity Code Maintenance AUG 2020 52.204-19����� Incorporation by Reference of Representations and Certifications DEC 2014 52.204-21����� Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-22����� Alternative Line Item Proposal JAN 2017 52.204-24����� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.207-2������� Notice of Streamlined Competition MAY 2006 52.212-2������� Evaluation�Commercial Items���� OCT 2014 52.212-3������� Offeror Representations and Certifications�Commercial Items--Alternate I OCT 2014 52.225-18����� Place of Manufacture AUG 2018 52.232-1������� Payments APR 1984 52.232-8������� Discounts for Prompt Payment FEB 2002 52.232-11����� Extras APR 1984 52.232-25����� Prompt Payment JAN 2017 52.232-39����� Unenforceability of Unauthorized Obligations JUN 2013 52.232-40����� Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1������� Disputes MAY 2014 52.246-1������� Contractor Inspection Requirements MAR 1994 52.247-34����� F.o.b. Destination NOV 1991 52.252-1������� Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2������� Clauses Incorporated by Reference FEB 1998 52.252-5������� Authorized Deviations in Provisions APR 1984 52.252-6������� Authorized Deviations in Clauses APR 1984����������������� 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials�SEP 2011 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005�� Representation Relating to Compensation of Former DoD Officials�NOV 2011 252.204-7000�� Disclosure of Information OCT 2016 252.204-7003�� Control of Government Personnel Work Product APR 1992 252.204-7006�� Billing Instructions OCT 2005 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported�Cyber Incident Information OCT 2016 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support�MAY 2016 252.204-7017�� Prohibition on the Acquisition of Covered Defense Telecommunications�Equipment or Services�Representation DEC 2019 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications�Equipment or Services DEC 2019������������������������������ 252.209-7004�� Subcontracting with Firms that are Owned or Controlled by the�Government of a Country that is a State Sponsor of Terrorism�OCT 2015 252-211-7003�� Item Unique Identification and Valuation MAR 2016 252.215-7013�� Supplies and Services Provided by Nontraditional Defense Contractors�JAN 2018 252.223-7008�� Prohibition of Hexavalent Chromium JUN 2013 252.225-7001�� Buy American and Balance of Payments Program�Basic DEC 2017 252.225-7002�� Qualifying Country Sources as Subcontractors DEC 2017 252.225-7012�� Preference for Certain Domestic Commodities DEC 2017 252.225-7048�� Export-Controlled Items JUNE 2013 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports�DEC 2018 252.232-7006�� Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010�� Levies on Contract Payments DEC 2006 252.232-7017�� Accelerating Payments to Small Business Subcontractors�Prohibition�on Fees and Consideration APR 2020 252.243-7001�� Pricing of Contract Modifications DEC 1991 252.244-7000�� Subcontracts for Commercial Items JUN 2013 252.246-7008��� Sources of Electronic Parts MAY 2018 252.247-7023�� Transportation of Supplies by Sea�Basic FEB 2019 This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: https://www.acquisition.gov/ (xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.civ@mail.mil.� All proposals are due 17 November 2020 by 03:30:00 PM EST.� Quotations will only be accepted electronically via the email address provided above. All questions related to this RFQ shall be submitted in writing by 12 November 2020 by 03:30:00 PM EST to Yvette Daltorio via email at yvette.m.daltorio.civ@mail.mil. (xvi) For information regarding this combined synopsis/solicitation, please contact; Yvette Daltorio, Contract Specialist Email:� yvette.m.daltorio.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c1bd84bd435c4c5a8c425c32941fd2fd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05846127-F 20201106/201104230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.