Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

59 -- Tactical Communication Headsets - Amendment 1

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO AK 176 MSC, KULIS ANGB, 5005 RASPBERRY DR BLDG 23, JBER, Alaska, 99502-1998, United States
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-19-Q-5010
 
Archive Date
10/1/2019
 
Point of Contact
176 Contracting Office, Phone: 907-551-0245
 
E-Mail Address
176MSG.MSC.Vendors@us.af.mil
(176MSG.MSC.Vendors@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 PLEASE SEE ATTACHED FOR CHANGES COMBINED SYNOPSIS/SOLICITATION ‘COMBO': Tactical Communication Headsets (i) 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. (ii) Solicitation W91ZRU-19-Q-5010 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, effective 06 May 2019. The DFARS provisions and clauses are those in effect to DPN 20190215, effective 15 Feb 2019. The AFARS provisions and clauses are those in effect to 2013 Edition AFARS Revision #27, effective 1 Jun 2018. (iv) This requirement is solicited under a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 334220 with a small business size standard of 1,250 EMP. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the requirement(s) listed in the following: Attachment 1 - Pricing Schedule (vii) Delivery shall be FOB Destination NLT 31 OCT 2019. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: 17455 Airlifter Drive JBER, Alaska 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within five (5) business days. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part 1 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative Part 2 - Price - Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 2. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2018) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the items/services described herein (see Attachment 1). (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Oct 2018) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition (clauses denoted with an asterisk are incorporated in FAR 52.212-5): FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6* Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28* Post Award Small Business Program Representation Jul 2013 FAR 52.222-3* Convict Labor Jun 2003 FAR 52-222-19* Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6* Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions and quotations shall be submitted to: 176 Mission Support Contracting Element 176MSG.MSC.Vendors@us.af.mil A site visit will not be conducted for this requirement. Quotes are due no later than 1 PM Alaska Time on 17 SEPTEMBER 2019; quotes shall include the following: Part 1: Technical Acceptability - Submit one (1) copy of technical acceptability narrative. Part 2: Price - Submit one (1) copy of price schedule as well as any additional pertinent information. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. List of Attachments: Attachment 1: Pricing Schedule (1 page)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fe0a297fe103518808983571f19cacf9)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN05437882-W 20190912/190910230934-fe0a297fe103518808983571f19cacf9 (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.