Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

70 -- Interpretation Booth, Equipment, and Training for SOCOM - Combo-Interpretation Booth, Equipment, and Training for SOCOM

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA481418TF052
 
Point of Contact
Brittany Lightfoot, Phone: 8138284187, Leyla Campbell,
 
E-Mail Address
Brittany.Lightfoot@us.af.mil, Leyla.Campbell@us.af.mil
(Brittany.Lightfoot@us.af.mil, Leyla.Campbell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo-Interpretation Booth, Equipment, and Training for SOCOM This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request for Quote (RFQ) and the solicitation number is FA481418TF052. This acquisition is 100% set aside for small businesses and is for brand name or equal IAW FAR 52.211-6. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT The Joint Special Operations University (JSOU) requires interpretation booths and interpretation equipment with the associated delivery, training, and set up. CLIN 0001- JSOU Interpretation Booths, Equipment, Delivery and Training Event A001 Full size Interpreter Booth (1 Each) Walk-in sound booth Dimensions: width 2.40 meters, depth 1.60 meters, height 2.0 meters. Insulated at no less than ISO 4043 international standard A002 Table Top Interpreter Booth with carrying case (1 Each) Must need no tools for assembly A003 Williams Sound Interpreter Control Console (2 Each) WCA 091 25' CAT 5 Cable (2 Each) TFP 044 power supply (2 Each) Part Number: IC-2 A004 Interpreter Headset (4 Each) ATH-COM2 Open Back with frequency response of 32 to 20000 HZ Part Number: ATH-COM2 A005 DigiDock Station/Cable Adapter (4 Each) Part Number: DWD 102 A006 Digiwave Digital Transceiver (50 Each) Part Number: DLT 300 A007 Digiwave Multi-Charger (4 Each) Part Number: CHG 1012 A008 XLR Cables/Adapters (2 Each) Length: 25' A009 XLR Cables/Adapters (2 Each) Length: 50' A0010 Digiwave Silicone Skin for DLT with Lanyard and Wrist Strap Color: Red (8 Each) Part Number: CCS 044 RD A0011 Digiwave Silicone Skin for DLT with Lanyard and Wrist Strap Color: Blue (40 Each) Part Number: CCS 044 BL A0012 Mackie 1402 6 Channel Audio Mixer (1 Each) Part Number: 1402VLZ4 A0013 Williams Sound Lavalier/Clip Microphone (8 Each) Part Number: MIC90 A0014 Desk Lamp (4 Each) A0015 Delivery, Training & Set up The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 Aug 2018, DFARS DPN 20180824 and AFFARS AFAC 2018-0525. The North American Industry Classification System code (NAICS) is 541930, Translation and Interpretation Services. A firm fixed price contract will be awarded. All interested parties must submit pricing for all requested items. BASIS FOR AWARD: This is a brand name or equal requirement IAW FAR 52.211-6. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the lowest priced quote deemed technically acceptable. The Government also reserves the right to make no award at all. Negotiation of price will be conducted to achieve a fair and reasonable price. DELIVERY ADDRESS: The equipment is procured on behalf of Joint Special Operations University (JSOU) at United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-22, Alternative Line Item Proposal FAR 52.211-6, Brand Name or Equal FAR 52.212-3, Offeror Representations and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Trier 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, Combating 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 FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts: AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendors must be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil to complete your registration. DEADLINE: Offers are due on Thursday, 19 September 2018 by 10:00 AM EST. Submit offers or any questions to the attention of Brittany Lightfoot, 6 CONS/PKB by email to Brittany.Lightfoot@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA481418TF052/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, FL, Tampa, Florida, 33607, United States
Zip Code: 33607
 
Record
SN05087545-W 20180915/180913231146-cb0091535bb9253c22a838f66a8a3c6d (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  © 1994-2020, Loren Data Corp.