Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOURCES SOUGHT

R -- Basic Service, per year

Notice Date
9/1/2015
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-15-Q-0081
 
Response Due
9/9/2015
 
Archive Date
10/31/2015
 
Point of Contact
John Ebmeier, 410-942-8468
 
E-Mail Address
USPFO for Maryland
(john.ebmeier@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-15-Q-0081, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 (Aug 2015). This procurement is a small business set-aside. The NAICS code is 517410 and the small business size standard for this NAICS Code. The Maryland Army National Guard (MDARNG) has a requirement for a basic service for Spot Trace Devices. Basic Service allows coordination when online with the current existing devices located at MDARNG. The Maryland Army National Guard (MDARNG) has a requirement for the following items: Current products are Spot Trace Devices, Quantity: Seven hundred thirty-three (733) items. Base - Request for Quote (RFQ) 0001 Require a Basic Service for all items, Quantity: 733 items One year of service required for September of 2015 to September of 2016 Option - Request for Quote (RFQ) 0002 Option (submit cost for option if available for the following year) Basic Service for all items, Quantity: 733 items One year of service required for September of 2016 to September of 2017 0003 Option (submit cost for option if available for the following year) Basic Service for all items, Quantity: 733 items One year of service required for September of 2017 to September of 2018 The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 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 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price, technical capability, and past performance); FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/ ). 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.217-6, Option for Increased Quantity; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-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; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Charges; FAR 52.252-2, Authorization Deviations in Clauses, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.204-7012, Safeguard of Unclassified Controlled Technical Information; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests, 252.232.7006, Wide Area Workflow Payment Instructions; DFARS 252-232-7010, Levies on Contract Payments; The following contract clause in full text applies: FAR 52.232-18, Availability of Funds. All firms or individuals responding must be registered with the Central Contractor's Registration (www.ccr.gov) to be considered for award. All quotes/responses must be received no later than 5:00 P.M., Eastern Daylight Savings Time, 09 September 2015. The following evaluation factors will be considered: Price, Technical Capability and Past Performance. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Delivery Location: Reisterstown, Maryland 21136 Point of Contact John Ebmeier, Contract Specialist, 410-942-8468, FAX 410-942-8458, email at john.f.ebmeier.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-15-Q-0081/listing.html)
 
Place of Performance
Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
Zip Code: 21078-4094
 
Record
SN03865503-W 20150903/150901235502-edac381f08b81346e61a14a892c47c95 (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.