SOLICITATION NOTICE
58 -- Mass Notification System 190th ARW
- Notice Date
- 9/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
- ZIP Code
- 66611-1170
- Solicitation Number
- F6V3SC3248AC01
- Archive Date
- 10/8/2013
- Point of Contact
- Joseph Weber, Phone: 7858614738
- E-Mail Address
-
joseph.weber.1@ang.af.mil
(joseph.weber.1@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, F6V2SC3248AC01-Mass Communication System is being issued as a request for quotation (RFQ). Quotes must be good for at least 30 calendar days. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS). (iv) This procurement is 100% small business set-aside. The NAICS code is 334220, Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing. The small business size standard is 750 Employees. (v) The required items are being procured as Brand Name or equal. The quantity varies on each CLIN. Below are the part numbers and the descriptions for each item: CLIN 0001 Mass Notification omnidirectional speaker cell (Two Cell) WPS2902 Two 115dBC omni-directional speaker cells assembled in a vertical column. Mfr: Whelen Part #:WPS2902 or equal QTY: 1 Unit of Issue: EA CLIN 0002 Mass Notification omnidirectional speaker cell (One Cell) WPS2901 One 109dBC omni-directional speaker cells assembled in a vertical column. Mfr: Whelen Part #:WPS2901 or equal QTY: 1 Unit of Issue: EA CLIN 0003 Roof top mount - Roof top mount for a flat roof, mast style for 1 to 5 cells, includes brackets and mounting hardware including anchor bolts. Mfr: Whelen Part #:RTM or equal QTY: 2 Unit of Issue: EA CLIN 0004 Solar Pannell System (SBC 280 Solar panel option for speaker cells attached to vertical column). Mfr: Whelen Part #: SBC280 or equal QTY: 2 CLIN 0005 Central Station Control (allows user to issue system activations and collect remote siren status via RF link or landline). Mfr: Whelen Part #:E2010 or equal QTY: 1 Unit of Issue: EA CLIN 0006 Portable Two-Way Radio Mfr: Motorola Part #:CP200 or equal QTY: 2 Unit of Issue: EA CLIN 0007 Radio Interface with Whelen System (includes tone, squelch, antenna, polyphaser and cable) Mfr: Bytel Part #: Bytel Siren Interface or equal QTY: 2 Unit of Issue: EA CLIN 0008 Battery (1190 Amps, 12 Volts, 6.75" W, 13" L, 9.35" H, 24 Plates) Mfr: Interstate Battery Part #: MHD-31 or equal QTY: 4 Unit of Issue: EA (vi) Vendor is required to provide the following information with their quote. If information is not received Vendor's quote will be considered non-responsive: • Item information: Description of item, manufacturers part number, warranty and pricing information • Vendor information: DUNS number, Cage Code, tax ID, terms and conditions A single award will be made as a result of evaluation of quotes received. The Government will award a Firm Fixed Price (FFP) contract. Advance payments are not authorized. (vii) The commercial items being requested shall be priced as FOB destination to 5950 SE Coyote Drive, Topeka KS 66619. Delivery terms: Maximum 15 weeks After Receipt of Order (ARO). (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. Vendor to provide a list of specifications for all items submitted. (ix) The provision at FAR 52.212-2, Evaluation--Commercial Items (JAN 1999), applies to this acquisition. 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: • Technical acceptability. "Equal" products must meet Government minimum specifications (as stated in descriptions above) • Price (x) The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certification--Commercial Items (APR 2011), applies to this acquisition. All vendors must be registered in On-line Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2012) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses and provisions apply to this acquisition: 1. FAR 52.204-7, Central Contractor Registration (FEB 2012) 2. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards (FEB 2012) 3. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 4. FAR 52.211-6, Brand Name or Equal (AUG 1999) 5. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 6. FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 7. FAR 52.219-28, Post-Award Small Business Program Representation (APR 2012) 8. FAR 52.222-3, Convict Labor (JUN 2003) 9. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 10. FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 11. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) 12. FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 13. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 14. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (NOV 2011) 15. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 16. FAR 52.233-3, Protest After Award (AUG 1996) 17. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 18. FAR 52.246-1, Contractor Inspection Requirements (APR 1984) 19. FAR 52.247-34, F.O.B. Destination (Nov 1991) 20. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) The full text of a solicitation provision or a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000 Requirement Relating to Compensation of Former DOD Officials (SEP 2011) 2. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 3. DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 4. DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) 5. DFARS 252.204-7004 Alt A, Central Contractor Registration (SEP 2007) 6. DFARS 252.204-7008, Export Controlled Items (APR 2010) 7. DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEC 2011) 8. DFARS 252.211-7003, Item Identification and Valuation (JUN 2011) Contract Line Item number: CLIN 0001 CLIN 0002 CLIN 0003 CLIN 0004 CLIN 0005 CLIN 0006 CLIN 0007 CLIN 0008 9. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (APR 2012) 10. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 11. DFARS 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate (DEC 2010) 12. DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (MAY 2012) 13. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 14. DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Responses to this solicitation must be submitted no later than 10:00 AM, CST on 23 Sept 2012. (xvi) All questions regarding this solicitation must be submitted by 10:00 AM, CST on 19 Sept 2012. Submit your quote and any questions to TSgt Joseph Weber, email address: Joseph.Weber.1@ang.af.mil with a courtesy copy to Terry.Martin@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/F6V3SC3248AC01/listing.html)
- Place of Performance
- Address: 5920 SE Coyote Drive, Topeka, Kansas, 66619, United States
- Zip Code: 66619
- Zip Code: 66619
- Record
- SN03183324-W 20130913/130911235336-470fc8a451c1d8c98d7509419536d924 (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 |