Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

10 -- Global Positioning Systems

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB15R5032
 
Response Due
9/17/2015
 
Archive Date
11/9/2015
 
Point of Contact
Shawn Jamerson, 410-278-5412
 
E-Mail Address
ACC-APG - Aberdeen Division D
(shawn.l.jamerson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a revised COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Quote (RFQ), for 100% Small Business Set Aside Competition for Foreign Military Sales (FMS) case: XX-B-XXX; Country: Mulitple The Government reserves the unilateral right to make no award if determined to be in the Government's best interest. A One (1) year standard commercial warranty is required on all items. The requirements for a standard warranty are described herein. Prior to award, the vendor shall submit standard warranty language to be added to the contract. The U.S. Army, an agency of the Government, intends to procure the following Commercial Off-the-Shelf (COTS) items: DescriptionQuantityDelivery AROCaseOptions CLIN: 0001 - Garmin Handheld eTrex 20 GPS or equivalent 0001AA2560 DAYS AROC6-B-ULH 0001AB1060 DAYS AROC6-B-UAM 0001AC1060 DAYS AROC6-B-ULP 0001AD8060 DAYS AROJ7-B-UAJ 0001AE1060 DAYS AROC6-B-UAJ 0001AF1060 DAYS AROC6-B-ULS 0001AG2560 DAYS AROC6-B-ULK 0001AH8060 DAYS ARO J7-B-UAY 0001AI2060 DAYS AROJ7-B-UAU 0001AJ5060 DAYS AROJ9-B-UCZ 0001AK1560 DAYS AROJ9-B-UDD 0001AL8860 DAYS AROJ9-B-UCK 0001AM8060 DAYS AROJ9-B-UCV 0001AN2060 DAYS AROU3-B-UALOPTION 0001AO1460 DAYS AROU3-B-UBJOPTION 0001AP15060 DAYS AROU3-B-UBMOPTION 0001AQ860 DAYS AROU3-B-UCFOPTION 0001AR1060 DAYS AROU3-B-UBFOPTION 0001AS3060 DAYS AROU3-B-UAPOPTION 0001AT3060 DAYS AROU3-B-UAWOPTION CLIN: 0002 - Garmin Handheld Foretrex 301 GPS or equivalent 0001AA5060 DAYS AROJ9-B-UCZ 0002AB1060 DAYS AROJ9-B-UDS CLIN: 0003 - Garmin Handheld Foretrex 401 GPS or equivalent 0003AA1260 DAYS ARO J7-B-UAB 0003AB5060 DAYS ARO S4-B-VAK CLIN: 0004 - Garmin Handheld Rino 610 GPS or equivalent 0004AA2560 DAYS ARO S4-B-VAK Note 1: Total for CLIN 0001 is 765 units, total for CLIN 0002 is 60 units, and total for CLIN 0003 is 62 units. The expectation is for the vendor to secure the best pricing and to take advantage of economy of scales if applicable. Note 2: CLINs noted as OPTIONs will be exercised within one hundred eighty (180) days of contract award. Delivery of OPTION quantities will be within sixty (60) ARO. Items shall be built in accordance with, and shall meet the performance criteria as specified in the manufacturer's drawings and specifications. These drawings and specifications shall be made available to the Government during the life of the contract. New Equipment ONLY. Equipment must be commercial off the shelf and not require any modification. NO remanufactured or gray market items. All items must be covered by the manufacturer's warranty. Equipment must be exportable for use in Iraq. Note 3: Vendors shall not add additional cost for shipping items. Items WILL NOT be shipped by the vendors (see below) SHIPPING INSTRUCTIONS FOR MULTIPLE COUNTRIES: Vendor Instructions: 1.Vendor shall not ship items. 2.Vendor will contact the following cognizant DCMA to arrange for pick-up: the cognizant DCMA will be provided at time of award. 3.The DCMA office requires 15 days notification prior to actual shipment pickup. Vendor must use the Shipping Instruction Request System (SIR) to submit shipping requests. 4.Partial Shipments are not be allowed. 5.The vendor will mark the outside of each box in accordance with current (DTR) and MIL-STD 129 procedures for DD Form 1387, Military Address Label with the requisition W91CRB-15-D-XXXX and FMS Case Designator XX-B-XXX. DCMA Instructions: 1.This is an FMS shipment. All Transportation costs are to be charged to the transportation fund cite. 2.The FMS case designator is XX-B-XXX. 3.Ship to code: TBD 4.Mark for code: TBD Other Information/Requirements: 1.It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. 2.For this acquisition, the North American Industry Classification System (NAICS) number is 334511 and the FSC is 5855. 3.Offeror MUST disclose whether they are an Assembler, Manufacturer, Distributor or Reseller for each item offered. 4.Delivery shall be completed by 60 days ARO, unless an acceptable alternate is proposed or unless bulk shipment is requested. SPECIAL CLAUSE FOR FOREIGN MILITARY SALES: quote mark Rights in Technical Data and Software Provided to a Foreign Government quote mark The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged; Split shipments are not authorized. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipment will be FOB Origin. Upon award, the contractor will be required to contact the local DCMA Office for shipping instructions. IMPORTANT: All Contractors must provide as part of their proposal package a technical proposal that is sufficiently detailed to prove that the commercial product(s) they are offering meet all the salient characteristics in accordance with the scope of work. All proposals must include specification or data sheet for each items as requested. The proposal package must declare whether the contractor is an assembler, a manufacturer, a distributor or a reseller. BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the Lowest Priced Technically Acceptable (LPTA) offer and are deemed responsible by the Contracting Officer. In accordance with FAR 52.212-2 Evaluation - Commercial Items, 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. The Government will evaluate the technical proposal to ensure that it meets ALL of the Government's requirements and The Government will evaluate the price reasonableness of the proposal. The items being solicited under this action have been set 100% aside for Small Businesses Only proposals from Small Business will be evaluated. The Contracting Officer reserves the right to make no award under this solicitation or issue multiple awards to multiple vendors as determined fair and reasonable for each item. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications 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, for Paragraph (b) 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 52.219-6 Notice of Total of Small Business Set-Aside FAR 52.219-3 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; 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 52.222-37 Employment Reports Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving; FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.217-5 Evaluation of Options FAR 52.217-7 Options for Increased Quantity Separately Priced Line Item NOTE: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons FAR 52.227-1 Authorization and Consent FAR 52.227-1 Authorization and Consent Alt 1 FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-9 Refund of Royalties FAR 52.227-11 Patent Rights - Ownership by the Contractor FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-29 F.O.B. Origin FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7012 Safeguarding Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information Litigation Support Contractors DFARS 252.211-7003 Item Identification and Valuation DFARS 250.211-7006 Passive Radio Frequency Identification DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7027 Deferred ordering of technical data or computer software DFARS 252.227-7028 Technical Data or Computer Software previously delivered to the Government DFARS 252.227-7030 Technical Data-Withholding of Payment DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.227-7039 Patents - reporting of subject inventions DFARS 252.232.7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation by Sea Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html Requirements for No Cost Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering workmanship and materials for all items furnished in accordance with this contract or any modification thereof. If the warranty is a commercial warranty and states that the warranty in not in effect outside the continental United States, then the wording of the warranty shall be amended so that the warranty is extended to the final FMS customer. The warranty shall be for a minimum of two years or twenty-four months in duration at time of pick up for shipment. No Cost Warranty Manual. The contractor shall provide an operational manual and/or an insert to accompany the material, describing the actions to be taken by the user in order to exercise the warranty and obtain repaired/replaced equipment. This guidance shall be provided in both English (and the native language of the FMS customer if specified in the delivery order after negotiation). This warranty will run directly to the benefit of the FMS customer and will not be structured so as to require any actions/administration on the part of the U.S. Government. The contractor shall provide phone number(s) and/or address (es) for customer service representative nearest to the FMS customer location. The customer service representative shall be able to supply information to the FMS customer for the return of the defective equipment for repair or replacement. No Cost Warranty Procedures. At the exercising of this warranty by the FMS customer, the warranty clock shall be stopped. Upon notification of a failure by the FMS customer to the contractor, the warranty clock shall be stopped relative to the unit in question. The warranty clock will be restarted upon acceptance of the repaired/replaced unit by the FMS customer. Upon arrival at the contractors repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a quote mark False Pull quote mark or quote mark No Evidence of Failure (NEOF) quote mark. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. No Cost Warranty Markings. Warranty markings shall be applied to unit, intermediate and shipping containers. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words quote mark WARRANTY ITEM quote mark in letters approximately two times larger than the letters for the remainder of the required information. PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System For Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. SUBMISSION OF QUESTIONS: All questions regarding the solicitation must be submitted to Contract Specialist, Shawn Jamerson via the Army Single Face to Industry (ASFI), https://acquisition.army.mil/asfi/. The Government will answer questions submitted up until 9/7/15. After 9/7/15 the Government will make every attempt to answer questions, however cannot guarantee that questions will be answered before the solicitation closes. Answers to questions will be posted on ASFI. The Government has made every attempt to accurately reflect the requirements/information contained in this solicitation. However, if you find any discrepancies between the Executive Summary and the clauses/provisions in the solicitation, the clauses/provisions shall prevail. Contact the contract specialist immediately if any discrepancies are found. SUBMISSION OF PROPOSAL: The offeror shall submit their proposal via Email to the Contract Specialist by 4:00 PM - EST-U.S. on Thursday, September 17, 2015. Email: Shawn.L.Jamerson.civ@mail.mil. The Points of Contact for this action are Contract Specialist Shawn Jamerson (410) 278-5412 or Shawn.L.Jamerson.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e750594ae96b7e0040dd263516dcf35)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03880445-W 20150912/150911000425-2e750594ae96b7e0040dd263516dcf35 (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.