SOLICITATION NOTICE
52 -- Trimble Surveying Equipment
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
- ZIP Code
- 52807
- Solicitation Number
- RE2L3FHB02412
- Response Due
- 9/25/2012
- Archive Date
- 11/24/2012
- Point of Contact
- Jonathan Bell, 3097826291
- E-Mail Address
-
ACC - Rock Island - C3 (ACC-RI-C3)
(jonathan.t.bell6.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. U.S. DEPARTMENT OF DEFENSE U.S. ARMY REQUEST FOR QUOTE RCE2L3FHB02412 A. GENERAL INFORMATION C3-RC, Bldg 62, Rock Island, IL has a requirement for Surveying Equipment. 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 requirement is issued as a "Request for Quote" and will use "All or None" for the purposes of award. Award will be made to the contractor who is able to supply a product that meets the specifications set forth in this solicitation, can meet the delivery schedule of 35 days After Receipt of Order (ARO), and is the lowest price. NAICS Code: 334519 Size Standard: 500 'Brand name only' will be accepted. A Firm Fixed Priced award will be made in accordance with the following Schedule of Supplies: 1. DESCRIPTION/QTY: CLINDESCRIPTIONQTYUIUNIT PRICETOTAL PRICE 0001R7 GNSS RTK GPS System kit (P/N R7GNSSRTK-1B2R), consisting of 1 base, 2 routers, office software, base radio, and accessories 1 EA 0002SHIPPING CHARGE 1LS TOTAL: 2. SHIPPING: Direct shipment should be made to the following address: Bagram Afghanistan, APO AE 09354 POINT OF CONTACT: Responses to this request for quote shall be provided via e-mail to: SSgt Bell at jonathan.t.bell6.mil@mail.mil 3. QUOTES ARE DUE TUESDAY, 25 SEPTEMBER, 3PM CST. QUOTES RECEIVED AFTER DUE DATE WILL NOT BE USED IN THE AWARD SELECTION PROCESS. This procurement will be awarded under Simplified Acquisition Procedures. 4. ADDITIONAL INFORMATION: NOTES: a.Include estimated lead-time for production. b.Supplies are for delivery FOB destination. c.Must provide U.S. Tax ID, Cage Code, DUNS, and Discount Terms. d.Payments will be processed via electronic funds transfer (EFT). e."No Bid" responses are accepted. f.Contractor is liable for the ACCURACY of submitted quote(s) and for any incurred costs if quote(s) was submitted erroneously. B. CONTRACT TERMS AND CONDITIONS: The following provisions/clauses apply: PROVISIONS INCORPORATED BY REFERENCE 52.211-6Brand Name or Equal AUG 1999 52.212-1Instructions to Offerors--Commercial ItemsFEB 2012 52.212-2Evaluation--Commercial Items (Evaluation will be made in accordance with paragraph A)JAN 1999 52.212-3Offeror Representations and Certifications--Commercial Items (On-line Representations and Certifications will be pulled)MAR 2012 252.203-7005Representation Relating to Compensation of Former DoD OfficialsNOV 2011 PROVISIONS INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfara.htm (End of Provision) CLAUSES INCORPORATED BY REFERENCE 52.204-7 52.204-10 Central Contractor Registration Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 FEB 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for DebarmentDEC 2010 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.222-3 52.222-19 Convict Labor Child Labor -- Cooperation with Authorities and Remedies JUN 2003 JUL 2010 52.222-21 52.222-26 52.222-50 52.223-18 52.225-13Prohibition of Segregated Facilities Equal Employment Opportunity Combat Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving Restrictions on Certain Foreign PurchasesFEB 1999 MAR 2007 FEB 2009 AUG 2011 JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203.7000 252.203-7002 Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower RightsJAN 2009 JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea (Alt 1)MAY 2002 952.225-0006Contract Delivery RequirementsAUG 2011 (Full instructions will be provided at time of award) 952.225-0019Commodity Shipping Instructions (AFGHANISTAN)AUG 2011 (Full instructions will be provided at time of award) 952.232-0005Wide Area Workflow InstructionsAUG 2011 (Full instructions will be provided at time of award) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iv) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://www.acquisition.gov (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 952.201-0001 OMBUDSMAN (AUG 2011) (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 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 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 OMBC-A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the C-JTSCC Ombudsman at: HQ, Army Field Support Command ATTN: AMSAS-GCB Rock Island, IL 61299 Phone: (309)782-7287 Facsimile: (309)782-8469 (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, contract, delivery order, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) C. ATTACHMENTS: Limited Source Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e76865bb26f22a8d4b2c450e564edfee)
- Place of Performance
- Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 3rd Floor Rock Island IL
- Zip Code: 52807
- Zip Code: 52807
- Record
- SN02896117-W 20120926/120925002451-e76865bb26f22a8d4b2c450e564edfee (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 |