SOLICITATION NOTICE
41 -- Combined Synopsis/Solicitation - Brand Name Requirement - Beijer Electronics - Operator Terminals
- Notice Date
- 5/2/2022 8:35:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- FA8307 AFLCMC HNCK C3IN SAN ANTONIO TX 78243-7007 USA
- ZIP Code
- 78243-7007
- Solicitation Number
- FA8307-22-R-0113
- Response Due
- 5/9/2022 11:00:00 AM
- Archive Date
- 05/24/2022
- Point of Contact
- Danielle Vega, Phone: 2109252047, Quinella M. Purks, Phone: 210-925-1055
- E-Mail Address
-
danielle.vega@us.af.mil, quinella.purks.1@us.af.mil
(danielle.vega@us.af.mil, quinella.purks.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with (IAW) the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be issued. �The solicitation number FA8307-22-R-0113 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), FAR ��Part 13. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division's Contracting Office (AFLCMC/HNCK), Joint Base San Antonio (JBSA)-Lack land TX, intends to award a Firm Fixed Price purchase order utilizing Simplified Acquisition Procedures resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-04 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20220128. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov. 2. The proposed contract action is for supplies for which the Government intends to solicit and negotiate for a, Brand Name requirement for the purchase of twenty-five (25) Operator Terminals manufactured by Beijer Electronics. This acquisition is a 100% Small Business set-aside. The associated North American Industry Classification System (NAICS) code is 423690- Other Electronic Parts and Equipment Merchant Wholesalers. The size standard is 250 IAW FAR 52.219-1, Small Business Program Representations (Sep 2021). If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the Contract Specialist by the RFQ close date of this publication.� Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or woman owned business and whether they are U.S. or foreign owned.� An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition.� Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. �In accordance with AFFARS 5352.20 1-9101, the AFLCMC Ombudsman is Deputy Director, Acquisition Excellence & Program Execution Directorate at AFLCMC/AQ-AZ Workflow (email: ASCA@us.af.mil) or at 937-255-5512/DSN 785-5512, Wright-Patterson AFB, OH. ������ 3. The Government intends to make award based on the initial quote submissions; therefore each quote should contain the quote�s best terms from a price and technical standpoint. However, the Government reserves the right to hold discussions in accordance with FAR 52.212-1(g) if later determined by the Contracting Officer to be necessary. 4.� Please provide a quote for the following item: Line Item - 0001 Description - Operator Terminals Part# X2 Pro 7 Qty - 25 Each Unit Price - $_____ Line Item 0002 Description - Shipping and Handling Qty - 1 Lot Unit Price - $____ Total Price - Salient Characteristics are as follows: Beijer Electronics X2 pro 7 Graphic, resistive touch, aluminum, panel mount, operator terminal. 800x480 pixels (16:9), LED backlit 7"" TFT-LCD color display, 350 cd/m� industrial dimmable, 1 GHz single Cortex-A9 CPU, 512 MB RAM, 2 GB MLC NAND flash , 1x Ethernet, 1x3 serial ports, 1x USB 2.0, 1x SD, 24 VDC power supply, -10 to 60 C operating temperature, IP65, CE, FCC, KCC, NEMA 4x/12, UL Type 4x/12 approvals plus DNV, KR, GL, LR, ABS, CCS marine approvals. Includes iX Runtime. WEC2013 Entry. Beijer-branded 5.� Interested parties must submit a written quote to include discount terms, tax identification number, Cage Code, and Unique Entity Identifier. The RFQ requirements are as follows: Company Name: Cage Code: Unique Entity Identifier: Delivery: 16 Weeks ARO or provide your best delivery schedule. ________________ Inspection/Acceptance:� Destination. FOB Destination � FAR 52.247-34 Inspection:� Commercial Item Inspection. Marking of Shipments (Packing, Marking, Consignment Instructions) FAR 47.305-10 Packing/Packaging - Commercial ASTM D3951. Invoice must be submitted electronically through WAWF Payment must be processed electronically through WAWF. Prices are valid for 30 days. Payment Terms: Net 30 days. Gov't Discount:� If any._____________________________ 6.� Delivery Address:� SHIP TO ADDRESS: DODAAC:� FD7030 AFLCMC/HNCLOT 230 HALL BLVD, STE 158 (BLDG 2028, Central Receiving, Lackland Air Force Base) SAN ANTONIO TX 78243-7081 PHONE:� 210-977-2906, 210-925-8475, 210-925-8476 MARK FOR: POC:� CHRIS PANULA AFLCMC/HNCBML (Technical Application Products) PHONE:� 210-925-4749 EMAIL: chris.panula.2@us.af.mil 7. Interested offerors must submit their representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representation s and Certifications-Commercial Item (Nov 2021), with their quote.(Reference https://www.acquistion.gov) 8.� The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021).� The following factors shall be used to evaluate offers:� Lowest Price Technically Acceptable FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2021) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) DFARS 252.239-7017, Notice of Supply Chain Risk (Feb 2019) 9. The following FAR and DFARS clauses apply to this acquisition: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2022), to include the following clauses: (b) 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, , 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. FAR 52.219-33, Nonmanufacturer Rule (Sep 2021) FAR 52.232-1, Payments (Apr 1984) FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.247-34, F.o.b. Destination (Nov 1991) DFARS 252.203-7000, Requirements Relating To Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of government personnel work product (Apr 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.204-7022, Expediting Contract Closeout (May 2021) DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2022) DFARS 252.223-7008,�� Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Mar 2022) DFARS 252.225-7002, Qualifying country sources as subcontractors (Mar 2022) DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (DEC 2018) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7010, Levies On Contract Payments (Dec 2006) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (Apr 2020) DFARS.239-7018, Supply Chain Risk (Feb 2019) DFARS 252.244-7000, Subcontracts For Commercial Items (Jan 2021) DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Feb 2019) 10. The following clause is incorporated in full text: 252.232-7006 -- Wide Area Workflow Payment Instructions (Dec 2018) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six-position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award� Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) �Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items � Invoice and Receiving Report (2-in-One) (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.� (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC -�F87700 Issue By DoDAAC -FA8307 Admin DoDAAC** - FA8307 Inspect By DoDAAC -�FD7030 Ship To Code - FD7030 Ship From Code - N/A Mark For Code - FD7030 Service Approver (DoDAAC) - N/A Service Acceptor (DoDAAC) - N/A Accept at Other DoDAAC -�N/A LPO DoDAAC - N/A DCAA Auditor DoDAAC - N/A Other DoDAAC(s) - N/A (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. ����� ������ Chris Panula, 210-925-4749, email: chris.panula.2@us.af.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) 11. A single award will be made to the contractor that: Is registered in the System for Award Management (SAM) (sam.gov), as a small business with the applicable NAICS code of 423690; is not listed on the Excluded Parties List within SAM; meets and complies with all the terms and conditions of the RFQ; and represents the best value to the government, in terms of technical capability/acceptability and price. 12. The RFQ close date must be received by no later than 9 May 2022, 1:00 P.M. (CST).� Submit quotes to Ms. Danielle Vega via email at danielle.vega@us.af.mil and Quinella M. Purks at quinella.purks.1@us.af.mil. NOTE: SAM Registration: �Prospective awardee shall be registered in the System for Award Management (SAM) database prior to award. See contract clause 52.204-7 System for Award Management Registration (Oct 2018).� �Information on registration may be obtained via https://www.acquisition.gov. Attachment 1 - Transportation Documents Attachment 2 - Redacted Brand Name Justification
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1cef708fab6e4c24bcc0da978bdb18f4/view)
- Place of Performance
- Address: San Antonio, TX 78243, USA
- Zip Code: 78243
- Country: USA
- Zip Code: 78243
- Record
- SN06314172-F 20220504/220502230056 (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 |