SOLICITATION NOTICE
58 -- Ancillary Parts for the White Mountain National Forest - Bill of Materials
- Notice Date
- 3/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
- ZIP Code
- 87109
- Solicitation Number
- AG-7604-S-16-0016
- Archive Date
- 4/5/2016
- Point of Contact
- James G. Bailey, Phone: 505-563-7052
- E-Mail Address
-
jgbailey@fs.fed.us
(jgbailey@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Bill of Materials - White Mountain NF 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. The solicitation number is AG-7604-S-16-0016. The solicitation is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation is a Small Business Set Aside. NAICS code: 423690; small business size standard 100 employees. See attached schedule of equipment/supplies (Bill of Materials) for a list of contract line item number(s) and items, quantities and units of measure. FOB destination: Delivery locations: U.S. Forest Service, White Mountain National Forest, Radio Shop, Attn: Warren Stiles 603-365-6217, 71 White Mountain Drive, Campton, NH 03223. Section 508 Compliance: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined NOT to be relevant for the following program need: "To maintain and upgrade Land Mobile Radio (LMR) Systems in the Regions and Forests identified for replacement, upgrade and approved in the FY16 Work Plan, Program of Work and have AAR Techical Approvals in place. Technical environment features that might affect accessibility The equipment identified will only be used and maintained by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring in places such as remote shelters, telecommunication closets or stored by Radio technicians to quickly replace like for like faulty parts. All items purchased are commercial-off-the-shelf (COTS) items or from the Dept. of Homeland SecurityLMR BPA, and National Interagency Fire Center (NIFC) standards http://www.nifc.gov/NIICD/EngDev/digital.html for digital radio communications for use by federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. Any provisions or products determined to be commercially available in pre-solicitation market research and are indicated as either partially or not 508 compliant will be provided an alternative format or equivalent facilitation upon request for any individual seeking accessibility. Reasonable accommodation will be provided as required. " Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: Section 508 back office exception based on 1194.3(f)b. Justification for this claim is documented by the following: "To maintain and upgrade Land Mobile Radio (LMR) Systems in the Regions and Forests identified for replacement, upgrade and approved in the FY15 Work Plan, Program of Work and have AAR Techical Approvals in place. Technical environment features that might affect accessibility The equipment identified will only be used and maintained by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring in places such as remote shelters, telecommunication closets or stored by Radio technicians to quickly replace like for like faulty parts. All items purchased are commercial-off-the-shelf (COTS) items or from the Dept. of Homeland SecurityLMR BPA, and National Interagency Fire Center (NIFC) standards http://www.nifc.gov/NIICD/EngDev/digital.html for digital radio communications for use by federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. Any provisions or products determined to be commercially available in pre-solicitation market research and are indicated as either partially or not 508 compliant will be provided an alternative format or equivalent facilitation upon request for any individual seeking accessibility. Reasonable accommodation will be provided as required. " The vendor must be capable of procuring and delivering the equipment listed within the contract within 30 days of contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (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: The non-cost factors are: 1) Meets the technical requirements of the Bill of Materials. (b) 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. Offerors must include a completed copy of the provision at 52.212-3, unless have already registered in SAM. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Quote related to Bill of Materials - Must be Brand Name or Equal. Offeror Representations and Certifications-Commercial Items, with their offer. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.202-1, 52.203-6, 52.203-7, 52.203.17, 52.211-5, 52.216-24, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-15, 52.223-18, 52.225-13, 52.225-25, 52.232-19, 52.232-33, 52.233-2, 52.233-3, 52.233-4, 52.239-1, 52.244-6. The offers are due back 2/21/2015 by 10:00am MT. Place offers are due: jgbailey@fs.fed.us If you have any questions please direct them to James Bailey @ 505-563-7052 for this solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-16-0016/listing.html)
- Record
- SN04050455-W 20160317/160315234742-0e04e2122f7727556a31746f594a0758 (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 |