Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

59 -- Bose Pro Flight Headsets

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1018179AW01-1
 
Archive Date
9/14/2018
 
Point of Contact
CHARLES MADDOX, Phone: 2406125662
 
E-Mail Address
CHARLES.N.MADDOX.CIV@MAIL.MIL
(CHARLES.N.MADDOX.CIV@MAIL.MIL)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
1. Purpose: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D1018179AW01-1 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. All responsible sources may submit an offer to be considered by the agency. 2. Description of Requirement : This is a Brand Name or equal requirement for 58 (ea) Bose Pro Flight Headsets ; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The Bose ProFlight features three levels of active noise cancellation and a unique feature called tap control for talk-through communication in a compact (4.5 ounces), banded, in-ear design. These headsets were sampled and tested by aircrew on 24 hour duty days. The unique mission set dictates the wear of headsets for much longer than general aviation pilots. This requirement will be pursued as a 100% WOSB Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334310 (Audio/Video Equipment) and the small business size standard is 750, employess. 3. Other Important Information Anticipated Period of Performance will be 30 - 60 days after award. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jan 2017) 52.212-2 - Evaluation -- Commercial Items. The Government will award a Purchase Order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) Alternate I (DEVIATION) (Jan 2017); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-26 - Equal Opportunity (Sep 2016); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 4. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews, MD 20762 5. All quotes must be sent via e-mail to Mr. Charles Maddox at charles.n.maddox.civ@mail.mil. Quotes shall be submitted no later than 4 :00 PM EST, 30 Aug 2018. Questions shall be submitted no later than 4:00 PM EST, 28 Aug 2018 to allow responses to be posted on FBO prior to proposal due date. Email is the preferred method of communication. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D1018179AW01-1/listing.html)
 
Place of Performance
Address: JB Andrews, JBA, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN05055802-W 20180826/180824231538-dbd966744adce034d6e06d7763571c4a (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.