SOLICITATION NOTICE
66 -- Garmin D2C Aviator Watches - Name Brand Justification
- Notice Date
- 4/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 138 MSG/MSC, OK ANG, 4200 N. 93RD EAST AVENUE, TULSA, Oklahoma, 74115-1699, United States
- ZIP Code
- 74115-1699
- Solicitation Number
- TulsaANGWatches
- Point of Contact
- David A. Hugueley, Phone: 9188337118, Amanda Lonsdale, Phone: 9188337305
- E-Mail Address
-
david.a.hugueley.mil@mail.mil, amanda.j.lonsdale.mil@mail.mil
(david.a.hugueley.mil@mail.mil, amanda.j.lonsdale.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Name Brand Justification Letter for GarminD2C Watch Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is requesting quotes for Garmin brand D2C Aviator watches. This combined synopsis/ solicitation TulsaANGWatches is100% set aside for small business IAW FAR 19.502-2(a) If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns, to include large businesses. Award may be made to multiple offerors to include all or part of the items included in the quote to include both GSA schedule and open market quotes. If there is an after hour point of contact, please include in quote. The Federal Supply Classification (FSC) is 6605 and The North American Industry Classification System (NAICS) code is 334511 and the small business size standard is 1,250 Employees. The RFQ is for 35 watches with a unit of issue of each. This is a name brand requirement and the name brand justification has been attached to this combined synopsis/solicitation. The salient features required are: - Lightweight, less than or equal to 51x51x17.5 mm size, 89-95g weight and a 1.2" minimum full color display - Screen resolution of 240x240 pixels minimum - Water rating to 10 ATM - Up to 12 day battery life - Minimum of 16GB memory - GPS - GLONASS - Accelerometer - Time sync, auto daylight savings, sunrise, sunset times, alarm clock, timer, stopwatch, - Barometric altimeter - Thermometer - Calendar - Weather - Worldwide airport database - 3 axis compass - HSI capable - Trackback capability - NEXRAD on moving map - Waypoint information - Worldwide NAVAID and intersection database - GPS speed and distance - Point to point navigation with breadcrumb capability in real time - Full topographical maps - Future elevation plotting, distance to destination - GPS coordinates - Dual Grid coordinates All firms or individuals responding must be registered with the System for Award Management (SAM) at www.sam.gov. All responsive quotes will be considered by the agency. You may download the solicitation and email your quote in. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ All questions concerning this combined synopsis and solicitation must be directed to MSgt David Hugueley and SMSgt Lonsdale at the below contact information: usaf.ok.138-fw.list.msc@mail.mil Phone Number: 918-833-7118 and 918-833-7305 by 0900 hours Central Standard Time on 04 April 2018. All answers to RFIs will be posted on FBO in this combined synopsis/solicitation. Quotes are due by 1100 hours Central Standard Time on 10 April 2018. Quotes need to include the CAGE code of the business submitting the quote. Quotes may be submitted via e-mail to usaf.ok.138-fw.list.msc@mail.mil or mailed to: 138th MSG/MSC Contracting MSgt Hugueley/SMSgt Lonsdale 9100 East 46th Street North Tulsa, OK 74115 It will be the responsibility of the contractor to ensure quotes are received by the deadline. Upon award of contract all items must be shipped FOB Destination and received within 5 days After Date of Contract (ADC) to: 138th FW/OPS Lt Col Scorsone 9100 East 46th Street North Tulsa, OK 74115 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation TulsaANGWatches is being issued as a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 which is effective as of 06 Nov 2017. The following Federal Acquisition Regulation (FAR) provisions which can be found at http://farsite.hill.af.mil/and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items with paragraph (a) amended to include evaluation factors of (i) technical capability of item offered to meet the Government requirement (ii) delivery schedule of items (iii) price FAR 52.212-3 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 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 Small Business Set Aside 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 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combatting Trafficking in Persons 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- System for Award Management DFARS 252.225-7001 Buy American and Balance of Payments Program - Basic DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34-2/TulsaANGWatches/listing.html)
- Place of Performance
- Address: 9100 East 46th Street North, Tulsa, Oklahoma, 74115, United States
- Zip Code: 74115
- Zip Code: 74115
- Record
- SN04874702-W 20180404/180402230844-c1e9fed755e6028b59a7c3e3c043f05e (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 |