Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

58 -- AFICA Trimble GPS Equipment and Training - Attachment List

Notice Date
7/17/2014
 
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 Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8051-14-T-0019
 
Archive Date
10/13/2014
 
Point of Contact
Patrick A. Backus, , Jared D. Dwyer,
 
E-Mail Address
patrick.backus.1@us.af.mil, jared.dwyer@us.af.mil
(patrick.backus.1@us.af.mil, jared.dwyer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combination Solicitation/Synopsis Attachment 2 - Mandatory DFARS Provision Attachment 1 - Brand Name Justification **See Attached Combo for Microsoft Word Format** 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is FA8051-14-T-0019 and is issued as a Request for Quote (RFQ). The 772 ESS/PKD Contracting Flight, Tyndall AFB, Florida, requires the following: Trimble GPS Equipment and Training. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-74 effective 01 July 2014, Defense Federal Acquisition Circular Notice DPN 20140624 effective 24 June 2014, and Air Force Acquisition Circular AFAC 2014-0421 effective 21 Apr 2014. This acquisition is being competed full and open under the North American Industry Classification System (NAICS) code 334220 -- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. A firm-fixed price contract will be awarded. The contract will be awarded with ten (10) Contract Line Item Number (CLINs). CLIN Description Qty Unit of Issue 0001 Trimble Geo 7x Handheld with Rangefinder 3 Each (P/N 88181-04) Brand Name (see attached J&A) 0002 Trimble MGIS Trade-in Credit 3 Each (P/N 55910-40) Brand Name (see attached J&A) 0003 Trimble GPS Pathfinder ProXRT Receiver w/ 6 Each GLONASS (P/N 85361-20) Brand Name (see attached J&A) 0004 Trimble TerraSync Professional Field Software 5 Each (P/N 45955-VG) Brand Name (see attached J&A) 0005 Trimble TerraSync Professional Field Software Update 6 Each (P/N 45955-95) Brand Name (see attached J&A) 0006 Trimble GPS Pathfinder Office Software Update 5 Each (P/N 34191-95) Brand Name (see attached J&A) 0007 Trimble Geo 7 series - Monopole Kit (P/N 94916-00) 3 Each Brand Name (see attached J&A) 0008 USB to Serial Converter Cable (P/N 88049-03) 3 Each Brand Name (see attached J&A) 0009 2 Year Hardware Warranty Extension (P/N 47289-72) 9 Each Brand Name (see attached J&A) 0010 Survey&MGIS refresher course to over TRK & PPK 1 Each Data collection with Trimble R7, TBC, and Trimble Survey controller (3-days). MGIS data collection with Geo7X, ProXRS, TerraSync & Pathfinder Office (2-days) Including travel and expenses. The instructors must hold all certification listed below to ensure that they can provide customized training that aligns with the unique workflow of the USAF Airfield Pavement Evaluation Team. Trimble Certified MGIS Trainer with experience in; -Geo7x -ProXRT with GNSS -Pathfinder Office -Terrasync Trimble Certified Surveying Trainer with experience in; -R7 GNSS -Trimble Business Center (TBC) Trimble Certified Military training with experience in; -AF IGI&S -SDSFIE feature code libraries Brand Name (see attached J&A) Award will be made to the lowest price offeror that is determined to be technically acceptable. To be determined technically acceptable, the proposal must provide the brand name items and above quantity (see Attachment 1 - Brand Name Justification). Additionally, all contractors shall complete DFARS provision 252.209-7993 (see Attachment 2 - Mandatory DFARS Clause) and submit it with their quote; failure to do so will deem the quote ineligible for consideration. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. DELIVERY: Delivery of equipment to the following address must be no later than 21 days after contract award: Mr. Harold Muniz (850-283-6085) 1053 Mississippi Rd. Bldg 1138 Tyndall AFB, FL 32403 The training will be conducted at the location listed above, and will be coordinated between the contractor and government POC within 6 months of contract award. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due Wednesday, 13 August 2014, by 4:30 p.m. (central time). Any questions shall be submitted no later than Wednesday, 30 July 2014, by 12:00 p.m. (central time). Submit offers or questions to the Contract Administrator, SrA Patrick Backus, patrick.backus.1@us.af.mil, phone number 850-283-6983, and the Contracting Officer, SSgt Jared D. Dwyer, jared.dwyer@us.af.mil, phone number 850-283-6570. All questions must be submitted via e-mail. Questions over the phone will not be accepted. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference or full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, 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: technical capability of the item offered to meet the Government requirement and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - CCR FAR 52.219-1, Alt I, Small Business Program Representations (NAICS 334220 - 750 Personnel) FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-11, Extras FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. -- Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference, (http://farsite.hill.af.mil/) FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) FAR 52.252-5, Authorized Deviations in Provisions (Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision) The following Defense Federal Acquisition Regulations (DFAR) provisions and clauses apply to this solicitation and are incorporated by full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.225-7000, Buy American Act - Balance of Payment Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Act DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.247-7023, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulations (AFFARS) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): AFFARS 5352.201-9101, Ombudsman (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 Center/MAJCOM ombudsmen, Air Force Installation Contracting Agency (AFICA)/KP Director, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-5529. 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. List of Attachments: Attachment 1 - Brand Name Justification Attachment 2 - Mandatory DFARS Clause 252.209-7993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c4d97838f2f37b96e02db995603c430)
 
Place of Performance
Address: DAF, AFICA, CONUS, Tyndall AFB, Florida, 32403-5319, United States
Zip Code: 32403-5319
 
Record
SN03429177-W 20140719/140717235826-3c4d97838f2f37b96e02db995603c430 (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.