Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

58 -- Acoustic Emulation System (AES)

Notice Date
7/20/2020 2:02:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
COMMANDING OFFICER MCBH KANEOHE BAY HI 96863 USA
 
ZIP Code
96863
 
Solicitation Number
M00318-20-Q-0023
 
Response Due
8/3/2020 10:30:00 AM
 
Archive Date
08/18/2020
 
Point of Contact
Sgt Lucas Elliott, Phone: 8082570092, GySgt Ariel Pena, Phone: 8082570093
 
E-Mail Address
lucas.elliott@usmc.mil, ariel.pena@usmc.mil
(lucas.elliott@usmc.mil, ariel.pena@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M00318-20-Q-0023 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 and Department of Defense FAR Supplement (DFARS) current to DPN 20200324. This is a 100% small business set-aside. The applicable North American Industry Classification System (NAICS) code is 334310 (Audio and Video Equipment Manufacturing) and the size standard for this NAICS is 750 employees. � Quotes are being requested for the following: CLIN 0001: Acoustic Emulation System (AES) Description: See attached document for salient characteristics. Quantity: 1 Unit of Issue: EA Delivery Date: 10-12 weeks After the Date of Contract (ADC) Description: Labor, to include: installment and tuning of AES. Please quote hourly rate and hours required for labor. Quantity: 1 Unit of Issue: EA Delivery Date: 10-12 weeks ADC All items must be FOB Destination and priced as such. Delivery address is:������������������������������������������������ Attn: SSgt Kyle Elliott (808) 257-7440 Bldg 374 Rm 101 Band Hall Marine Corps Base Hawaii���������������������������������������������������������������������������������������������������������������������������������������������� Kaneohe Bay, HI 96863 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition: 52.212-1 ADDENDUM Questions regarding this RFQ must be submitted via email to Sergeant Lucas Elliott at lucas.elliott@usmc.mil. To be considered for award, vendors must submit a quote to ensure they reach destination no later than 07:30 A.M. on August 03, 2020. Quotes received after the due date and time will not be considered for award. The clause at 52.212-2, Evaluation - Commercial Items applies to this acquisition. The following addendum describes the evaluation criteria being utilized for this requirement: 52.212-2 ADDENDUM Evaluation and Award: The Government will award a contract resulting from this solicitation to the responsible vendor 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 quotes (factors are not listed in any particular order of preference): Factor 1: Price Factor 2: Technical capability of the vendor to meet required specifications Factor 3: Past Performance (review of Supplier�s Performance Risk System database) Vendors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their quotation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following FAR clauses cited in 52.212-5 are also applicable: 52.204-10�������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6���������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 ��������� (CD 2020-O0008) Notice of Total Small Business Set-Aside 52.219-28�������� Post-Award Small Business Program Rerepresentation 52.222-3���������� Convict Labor 52.222-21�������� Prohibition of Segregated Facilities 52.222-50�������� Combating Trafficking in Persons 52.223-18�������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13�������� Restrictions on Certain Foreign Purchases 52.232-33�������� Payment by Electronic Funds Transfer�System for Award Management The following provisions and clauses are also applicable: 52.203-19�������� Prohibition of Requiring Certain Internal Confidentiality Agreements or Statements�������� 52.204-7���������� System for Award Management 52.204-10�������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13�������� System for Award Management Maintenance 52.204-16�������� Commercial and Government Entity Code Reporting 52.204-18�������� Commercial and Government Entity Code Maintenance 52.204-23�������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.204-24�������� Representation Regarding Certain Telecommunications and Video Surveillance Equip 52.204-25�������� Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6���������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10�������� Prohibition of Contracting with Inverted Domestic Corporations 52.212-4���������� Contract Terms and Conditions- Commercial Items 52.212-5���������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items 52.222-19�������� Child Labor�Cooperation with Authorities and Remedies 52.222-26�������� Equal Opportunity 52.232-40�������� Providing Accelerated Payments to Small Business Subcontractors 52.233-3���������� Protest After Award 52.233-4���������� Applicable Law for Breach of Contract Claim 252.203-7000��� Requirements Relating to Compensation of Former DoD Officials 252.203-7005��� Representation Relating to Compensation of Former DoD Officials 252.204-7012��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015��� Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016��� Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017��� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018��� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003��� Item Unique Identification and Valuation 252.213-7000��� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008��� Prohibition of Hexavalent Chromium 252.225-7001��� Buy American and Balance of Payments Program- Basic 252.225-7012��� Preference for Certain Domestic Commodities 252.232-7003��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006��� Wide Area WorkFlow Payment Instructions 252.232-7010��� Levies on Contract Payments 252.239-7017��� Notice of Supply Chain Risk 252.239-7018��� Supply Chain Risk 252.244-7000��� Subcontracts for Commercial Items 252.246-7008��� Sources of Electronic Parts 252.247-7023��� Transportation of Supplies by Sea--Basic This combined synopsis/solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The vendor is cautioned that the listed provisions may include blocks that must be completed by the vendor and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the vendor may identify the provision by paragraph identifier and provide appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at these addresses: FAR/DFARS Clauses: https://www.acquisition.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42045b802fbf44fc8e8b3f61b0033bad/view)
 
Place of Performance
Address: MCBH Kaneohe Bay, HI 96863, USA
Zip Code: 96863
Country: USA
 
Record
SN05726563-F 20200722/200720230149 (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.