Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

58 -- Land to Air Radios and Accessories

Notice Date
6/3/2020 1:22:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA2860 11 CONS LGC JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA2860Q0017
 
Response Due
6/9/2020 10:00:00 AM
 
Archive Date
06/24/2020
 
Point of Contact
Sara M. Marron, Phone: 2406125655
 
E-Mail Address
sara.marron@us.af.mil
(sara.marron@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0002, 3 June 2020:� Amended to include an answer to a question recieved before the question due date.� See attachment. Amendment 0001, 1 June 2020:� This Combined Synopsis/Solicitiation proposal due date has been extended due to a change in POC. �Proposals are�due NLT�9 June 2020 at 1:00 PM EST.� Questions�are due NLT�3 June 2020 at 1:00 PM.� POC has been changed to Sara M. Marron, email:� sara.marron@us.af.mil.� Any questions or proposals sent to the previous POC in response to�this combo�must be sent to the new POC, Ms. Sara Marron. ������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� ICOM Radios or Similar, Installation, and Removal 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 only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA286020Q0017 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) 2020-06. All responsible sources may submit an offer to be considered by the agency. 1. Acquisition Details This requirement is set aside 100% for Small Business. For further details on evaluation procedures, refer to FAR clause 52.212-2 �Evaluation � Commercial Items� located below in this solicitation. The applicable North American Industry Classification System (NAICS) is 334220 �Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing� and the business size standard is 1,250 EMPLOYEES. 2. The Government will award a firm fixed price contract for ICOM Radios or similar for the 11th Civil Engineering Squadron at Joint Base Andrews. Mounting brackets must be included. Installation and removal of radios, antennas, and speakers are also required. Please see attached Statement of Work and salient characteristics for additional details. The following items are being procured: CLIN� � � � � � � � �DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � QUANTITY� � � � � � � � � � � � � UNIT PRICE 0001� � � � � � � � �ICOM A120�Radios or similar� � � � � � � � � � � � � � � �17� � � � � � � � � � � � � � � � � � � �EA 0002� � � � � � � � �ICOM SP35 mobile speakers or similar� � � � � �17� � � � � � � � � � � � � � � � � � � �EA 0003� � � � � � � � �ICOM K220C antennas or similar� � � � � � � � � � � �17� � � � � � � � � � � � � � � � � � � �EA 0004� � � � � � � � �ICOM A16 hand held radios or similar� � � � � � �6� � � � � � � � � � � � � � � � � � � � ��EA 0005� � � � � � � � �ICOM BC214 charger or similar� � � � � � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � �EA 3. Delivery Information FOB: Destination Delivery Date: 30 Days after Date of Award Delivery address: Joint Base Andrews, MD 20762 4. 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 Items (DEVIATION 2018-O0013) 52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a �Lowest Price Technically Acceptable� (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications � Commercial Items (Mar 2020) 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 (Oct 2018) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions � Commercial Items (Oct 2018); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items (Mar 2020) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2020); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-50 � Combating Trafficking in Persons (Jan 2019); 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 (Oct 2018); 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 (Apr 1984) 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); 252.232- 7006 � Wide Area Workflow Payment Instructions (Dec 2018); 5352.201-9101 OMBUDSMAN (OCT 2019) (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: PAULA P. SMITH AFDW/PK 1500 W. Perimeter Rd, Suite 2750A Joint Base Andrews, MD 20762 Commercial Phone: (240)612-6207 Email: paula.p.smith.civ@mail.mil Fax: (240)612-2177 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, 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) 5. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 6. All proposals must be sent via e-mail to�Sara M. Marron�at sara.marron@us.af.mil. Proposals shall be submitted no later than 1:00 PM EST,�9 June 2020. Questions shall be submitted no later than 1:00 PM EST,�3�June 2020. 7. 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 or offeror any costs incurred in preparation of this quote.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/02db87a2d6904b90a6e3d7749cd22cde/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05679336-F 20200605/200603230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.