Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

36 -- Video Insertion Generator Units - Brand Name Just & RFQ Template

Notice Date
7/21/2017
 
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 Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-17-T-0008
 
Archive Date
8/12/2017
 
Point of Contact
Katherine Williams, Phone: 8056061507, Sandra A Odem, Phone: 805-605-0488
 
E-Mail Address
katherine.williams.9@us.af.mil, sandra.odem@us.af.mil
(katherine.williams.9@us.af.mil, sandra.odem@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Template for Quote Brand Name Justification (Redacted) 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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) Sol#: FA4610-17-T-0008. Submit written offers IAW Contract Line Item Number (CLIN) structure outlined in announcement. A quote template sheet is provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 334220 and Size Standard of 1,250 Employees apply to this procurement. Purchase Request: F4D1F37079AC01 Project Title: Video Insertion Generators 1. Quotes should conform to the CLIN structure established in the RFQ Template, Attachment 1. 2. Quotes shall be valid through 1 October 2017. 3. Please see attached Brand Name Justification (Attachment 2) for detailed description of the requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 24 July 2017. Answers will be posted NLT 25 July 2017. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to the Contract Specialist at katherine.williams.9@us.af.mil, NLT 12:00 PM PDT Friday, 28 July 2017. The contract will be Firm Fixed Price with the CLIN structure as stated in Attachment 1 RFQ Template. The delivery date is to be determined at time of award. The following clauses are incorporated by reference in the final award: 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontract Sales to the Government 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality agreements or statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 252.203-7000 Requirement Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (b)(1)(xii)(A): __X__52.222-50 Combating Trafficking in Persons 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(i): __N/A__ (c)(1)(ii): __N/A__ (c)(1)(iii): __N/A__ (c)(iv): __N/A__ 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.213-7000 Notice to Prospective Supplier on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.243-7002 Requests for Equitable Adjustment The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Price 52.212-3, Alt I Offerors Representation & Certifications - Commercial Items 52.233-2 Service of Protest Fill-in Text: 30 CONS / LGCB Attn: Sandra Odem 1515 Iceland Ave Rm 150 Vandenberg AFB CA 93437 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM (https://www.sam.gov) will make an offeror ineligible for contract award. All quotes should be good through 1 October 2017. Quotes must be sent to the Contract Specialist at katherine.williams.9@us.af.mil, NLT 12:00 PM PDT Friday, 28 July 2017 SANDRA ODEM, GS-12, DAF Contracting Officer 2 Attachments: 1. RFQ Template 2. Brand Name Justification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-17-T-0008/listing.html)
 
Place of Performance
Address: 747 Nebraska Ave, Vandenberg AFB, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04589411-W 20170723/170721234302-e64fba287da196b02ae851dfa0d86d08 (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.