Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

58 -- Guardian Portable Electronic Device (PED) Tabletop Countermeasures Box - Specifications

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-T-11-0076
 
Archive Date
10/6/2011
 
Point of Contact
Valerie Green, Phone: 7035450597
 
E-Mail Address
valerie.green@whs.mil
(valerie.green@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A This is a combined synopsis/solicitation for commercial items prepared 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. The solicitation number is HQ0034-11-T-0076; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is a 100% Total Small Business set-aside; the North American Industry Classification System (NAICS) code is 335999. The business size standard is 500 employees. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase the following: CLIN 0001 Guardian Portable Electronic Device (PED) Tabletop Countermeasures Box, 10 EA The Government anticipates awarding one firm fixed price purchase order to the Lowest Priced/Technically Acceptable quote. The following factors, listed in order of importance, will be used to evaluate quotes: •(1) Technical Acceptability •(2) Price (1) Technical Acceptability All quotes must be for the items requested either brand name or equal. The specific items requested are contained in the attached Specification Sheet. To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, and performance characteristics specified in this solicitation; clearly identify the item by brand name, if any, and the make or model number and provide descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Government as defined in FAR 52.211-6. The Government is not responsible for locating or obtaining any information not identified in the quote. Unless the vendor clearly indicates in its quote that the product being offered is an "equal" product, the vendor shall provide the brand name product referenced in the solicitation. Vendors will receive a rating of "Technically Acceptable" or "Technically Unacceptable". Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer considered for award. Partial list of Minimum Specification (combined with Attachment A) a. Enclosure must accommodate a minimal of ten cellular/smart phones or blackberries. b.Radio Frequency (RF) Shielding Effectiveness of 3 meters IAW NSTISSAM TEMPEST 2/95A Recommendation I - Vendor to provide all testing reports and data upon request. c. Acoustical Suppression Test - Must attenuate very loud sounds, such as loud singing, brass musical instruments or a radio at full volume, can be heard only faintly or not at all. Vendor to provide all testing reports and data upon request. d. Acoustical masking system - external powered Pink noise generator. e. Audible Alarm - warns when enclosure is left open f. Internal PED charging system for multiple units. g. Input power 100 - 220VAC, 50 - 60 Hz (2) Price The total price will be a determining factor after Technical Acceptability is determined. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Quotes must be firm fixed priced, and include all quantities listed, all or none. Additional Information: Quotes must be submitted to the point of contact (POC) for this requirement, Contract Specialist, Valerie Green, at valerie.green@whs.mil and must be received by 09:00 AM EST on Wednesday, September 21, 2011. ONLY e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes. Inspection and Acceptance shall be at destination. Offerors shall include Tax Identification Number, CAGE code, DUNS number, Warranty Terms, and Delivery After Receipt of Order stated on their quote. The following provisions and/or clauses apply to this acquisition. FAR 52.211-6 Brand Name or Equal. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.252-1 Solicitation Provisions Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviation in Provisions, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant contract by reference. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.232-23 Assignment of Claims. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A. DFARS 252.212-7001(Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247.7023 Transportation of Supplies by Sea (Alt III). FAR 52.222-50 Combating Trafficking in Persons. FAR 52.219-28 Post-Award Small Business Program Representation, with the following fill-in: NAICS Code 332212 assigned to contract number TBD. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.222-21 Prohibition of Segregated Facilities. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-T-11-0076/listing.html)
 
Place of Performance
Address: 1155 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02580607-W 20110918/110917000413-3775f82b8970e4cf19e4a4de24e66172 (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.