SOLICITATION NOTICE
58 -- HEADSETS
- Notice Date
- 2/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- F4B6139027A001
- Response Due
- 2/23/2009
- Archive Date
- 3/10/2009
- Point of Contact
- Benny T. Terry,, Phone: 7193332849, Elizabeth Lawson,, Phone: 719-333-3929
- E-Mail Address
-
benny.terry@usafa.af.mil, elizabeth.lawson@usafa.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined commercial synopsis/solicitation for a brand name or equal requirement in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number F4B6139027A001, in accordance with FAR Parts 12 & 13. ITEM DESCRIPTION: The USAF Academy, 10th MSG/LGCB has a requirementfor forty (40) each Lightspeed Quiet Flight Rules (QFR) Solo C Headsets or an Equal product for the powered flight program at the US Air Force Academy. The Lightspeed QFR Headset is being requested as it is the only product that has the highest Passive Noise Reduction Capability (28dB) of any headset as well as being the lightest product on the market at 12 ounces. Offered items must possess these charisteristics as well as cell/satellite phone interface, closed cell from padded ear seals, dual volume controls, stereo or Mono Switchblade, Adjustable Gain Pre-Amp allowing for field "balancing" of Mic Sensitivies, Reversible Boom allowing for left or right side operation and padded headset bag and the Mic Wind Screen. Quotes that do not meet the above requirements will not be considered. The Buy American Act applies to the RFQ. The government wishes to know if an equal exist that can meet the two part Buy American Act test, FAR 225.101, which states that the end product must be manufactured in the US and that the cost of its US and qualifiying country components exceeeds 50 percent of the cost of all its components. The North American Industrial Classification System (NAICS) number is 336413 and the business size standard is 1,000 employees. The proposed acquisition is reserved 100% for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The Government will award a purchase order from this solicitation to the responsible offeror whose technically acceptable and lowest price quote conforms to the solicitation and represents the best value to the governmemt. Contract Line Items are as follows: CLIN 0001: Lightspeed QFR Solo C Headsets. CLIN 0002: Shipping - FBO Destination The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Quotes should not exceed two pages, and shall list all item charisteristics. The Government will award a purchase order to the lowest priced responsible offeror whose offer technically conforms to the solicitation requirements and represents the best value to the government. Evaluation factors will include technical and price. Technical will be rated on a acceptable/non-acceptable basis. The government intends to make award without discussions but reserves the right to open discussions when necessary. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). Addendum that apply to include Addendum 52.212-4. FAR clause 52.212-5 (DEV) (Nov 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) applies to this acquisition. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT noon MST, 23 February 2009, by e-mail at benny.terry@usafa.af.mil, phone 719-333-2849, or by fax number 719-333-9103. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=703dd7476872056241ba8ca0f2c9cd84&tab=core&_cview=1)
- Place of Performance
- Address: 9207 Airfield Drive, 306 FTG, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01753638-W 20090221/090219221217-703dd7476872056241ba8ca0f2c9cd84 (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 |