Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2019 FBO #6510
SOLICITATION NOTICE

58 -- Harris Dual-Band LMR - Request For Quote - Brand Name J&A

Notice Date
9/20/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M1G49260AW01
 
Archive Date
9/1/2020
 
Point of Contact
William Washington, Phone: 8439633569, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
william.washington.1@us.af.mil, terry.harrelson.1@us.af.mil
(william.washington.1@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification and Approval Request For Quote COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS i.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. Proposals are requested and a written solicitation will not be issued. ii.The synopsis/solicitation reference number is F1M1G49260AW01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. iii.This solicitation document and incorporated provisions and clauses are those in effect through FAC 2019-05, Effective 13 Aug 2019. iv.This acquisition is unrestricted under NAICS code 334220 with a size standard of 1250 Employees. v.Contractor shall submit a brand name quote for one (1) Harris UHF/VHF Dual Band LMR and all associated equipment Mfr: Harris AN/PRC-152A(V)4(C). Please see attached Request for Quote (RFQ) document for specific items and quantities. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items a.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: i.Price. The Government will evaluate the total price of the offer for award purposes. ii.Technical capability of the item offered to meet the Government requirement. iii.The Government will award a contract to the lowest priced technically acceptable offer. b.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical acceptability of the product offered to meet the Government requirement. c.All contractors shall submit technical information sufficient to allow the government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer. d.The Government will evaluate all proposals for technical capability on a pass/fail basis. To receive a "pass" rating, offerors shall submit: 1) Photos and/or illustrations along with product specifications. e.The Government shall first rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. If the lowest priced proposal is evaluated as technically acceptable, that offer represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable. f.The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interactions between the Contracting Officer (CO) and the offerors that may address any aspect of the quote and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision. g.Interchanges may be conducted with one, some, or all offerors. The Government is not required to conduct interchanges with any or all offerors responding to this Combo. This acquisition follows the ordering procedures outlined in FAR 13, as supplemented. The CO will determine prices fair and reasonable through the use of one or more of the evaluation techniques at FAR 13.106-3(a). h.This Combo is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a quotation. The Government reserves the right not to award a contract in response to this Combo. Prior to commencement of any activities associated with delivery of this requirement, the Government will issue a written directive or contractual document signed by the CO with appropriate consideration established. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items a.All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xii) The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.211-17, Delivery of Excess Quantities FAR 52.204-7, System for Award Management FAR 52.204-7 Alt 1, System for Award Management - Alternate 1 FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.233-3, Protest After Award. FAR 52.253-1, Computer Generated Forms DFARS 252.204-7004, Alternate A. System for Award Management DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN 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 party to another official who can resolve the concern. 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). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 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/AFISRA/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. The ombudsman has no authority to render a decision that binds the agency. 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) (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Responses to this combined synopsis/solicitation must be received via email, by 24 September 2019, no later than 3:00 PM EST. Requests should be marked with solicitation number F1M1G49260AW01. (xv) Questions can be addressed to SSgt William Washington, Contract Specialist, at (843) 963-3569 email william.washington.1@us.af.mil and cc Terry Harrelson, Contracting Officer, at (843) 963-5158, email terry.harrelson.1@us.af.mil@us.af.mil. For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M1G49260AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN05452734-W 20190922/190920230613-51157fcd951397463d40f2058b24fb7d (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.