Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

36 -- Harris PRC-150 Power Amplifiers or Equal

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2FF083235AC01
 
Archive Date
10/1/2013
 
Point of Contact
Jordan E Roby, Phone: 8508842213, William R. McLaughlin, Phone: 850-884-3271
 
E-Mail Address
jordan.roby@hurlburt.af.mil, william.mclaughlin2@hurlburt.af.mil
(jordan.roby@hurlburt.af.mil, william.mclaughlin2@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2FF083235AC01 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective 3 September 2013. This acquisition is solicited as UNRESTRICTED: The North American Industry Classification System (NAICS) code for this project is 334220, and Standard Industrial Classification (SIC) code is 3629. The Size Standard for this NAICS is 750 employees. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to deliver the following items: Item Description QTY Unit Price Extended Amount 0001 PRC-150 Power Amplifier 2 EA $ $ Mfr: Harris Corp Part#: RF-5833H-PA002 *BRAND NAME OR EQUAL If quoting equal product, please provide below information: Manufacturer's Name: ______________________, Brand: __________________________ Model or Part Number: _______________________ Total Quote: tiny_mce_marker________________ "Items being offered, at a minimum shall meet the below manufacture part number or be equal" Manufacture: Harris Manufacture Part #: RF-5833H-PA002 Item Description: PRC-150 Power Amplifier * Delivery Schedule: FOB Destination within 60 days from date of award. * Award shall be based on All or None, Technically Acceptable item, and Best Value to the Government. * Specs, catalogue, sample or any information of "equal" product shall be submitted along with this quotation. Delivery Terms are FOB Destination for delivery to the AFSOC CSF/SCP Charles Meador, 203 Foxx Ave, Bldg 90349, HURLBURT FIELD FL 32544. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: 52.204-7 -- System for Award Management. As prescribed in 4.1105(a)(1), use the following provision: System for Award Management (Jul 2013) (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCC, Attn: Jordan Roby, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 16 September 2013, 1:00 p.m. CST. The offeror shall provide their CAGE and DUNS with their offer. Submit signed and dated Offer Schedule marked with solicitation number F2FF083235AC01. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to: jordan.roby@hurlburt.af.mil or 1SOCONS.LGCC@hurlburt.af.mil with the solicitation number in the subject block by the above referenced date and time. Facsimile proposals will not be accepted. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: (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: price and technical acceptability. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest priced offer. Technical acceptability will be determined by providing the requested item or equal. The offeror shall provide their CAGE and DUNS with their offer. The offeror shall be determined technically acceptable and available for consideration of award only if CLIN 1 above are received with the quote and the minimum specification are met 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Aug 2013) 52.212-4 --Contract Terms and Conditions -- Commercial Items (Jul 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate I (Mar 2012) of 52.225-3. Alternate II (Mar 2012) of 52.225-3. Alternate III (Nov 2012) of 52.225-3. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. HF037 Wide Area Work Flow (DFARS 252.232-7003 Electronic Submission of Payment Requests applies to this contract) USE OF WAWF IS MANDATORY - Requests for payment shall be processed electronically via the Wide Area Work Flow (WAWF) system. There are no charges or fees to use WAWF. If you are not currently registered with WAWF, contact the WAWF Help Desk at 1-866-618-5988 or 1-801-605-7095. Web Based Training is located at http://www.wawftraining.com/ and a live training database is located at https://wawftraining.eb.mil/. For specific questions, contact your administrator listed on the front of this contract. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at 1-800-390-5620 or faxed to 1-866-392-7091. You must have your contract number and invoice number ready when inquiring about payment status. Payment information can also be accessed at the DFAS web site: http://www.dfas.mil. Points of contact are: Jordan Roby, Contract Specialist, Phone (850) 884-2213, email: jordan.roby@hurlburt.af.mil ; and TSgt William McLaughlin, Contracting Officer, (850) 884-3271, email: william.mclaughlin@hurlburt.af.mil VENDOR'S QUOTE INFORMATION PAYMENT TERMS ESTIMATED DELIVERY DATE QUOTE EXPIRATION DATE WARRANTY QUOTED BY VENDOR INFORMATION ORDERING ADDRESS POINT OF CONTACT PHONE NUMBER FAX NUMBER E-MAIL ADDRESS REMIT TO ADDRESS CAGE CODE TAX ID NUMBER DUNS NUMBER SIZE OF BUSINESS WEB ADDRESS QUOTE DATE List of Attachments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FF083235AC01/listing.html)
 
Place of Performance
Address: AFSOC CSF/SCP Charles Meador, 203 Foxx Ave, Bldg 90349, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03186229-W 20130914/130913000112-2d4d4bff90b91235b825d14888ecd733 (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.