Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOLICITATION NOTICE

59 -- Brand Name Bose A-20 Headsets

Notice Date
8/18/2020 7:26:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-20-Q-0025
 
Response Due
8/25/2020 9:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Patrina James, Phone: 8439635159, Melissa D Adams, Phone: 8439635157
 
E-Mail Address
patrina.james.1@us.af.mil, melissa.adams.21@us.af.mil
(patrina.james.1@us.af.mil, melissa.adams.21@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This acquisition is for 25 brand name Bose A-20 headsets for the Aeromedical Squadron at Joint Base Charleston.� COMBINED SYNOPSIS/SOLICITATION Name Brand Bose A-20 Headsets IAW FAR 12.603(c) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 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. The synopsis/solicitation reference number is F1MTR50225AW01 and is being issued as a Request for Quote (RFQ). The RFQ is attached to this combination synopsis/solicitation and will be used to submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2020-07, Effective 3 Aug 20. This acquisition is being solicited on a brand name only basis under NAICS code 334310 with a size standard of 750 employees. Contractor shall submit a quote for a brand name item only that meets exact specifications as noted in RFQ document. (See attached Justification and Approval (J&A) Document). Items will be delivered to Joint Base Charleston � Charleston AFB, SC 29404. All responsible sources may submit a quote, which shall be considered. 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: www.acquisition.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items 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: Price. The Government will evaluate the total price of the offer for award purposes. Technical acceptability (brand name item only) of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced technically acceptable offer. 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. The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.203-6���������� �������� Restrictions on Subcontractor Sales to the Government FAR 52.203-18�������� �������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.203-19����������� ����� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7���������� �������� System for Award Management FAR 52.204-10����������� ����� Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13�������� �������� System for Award Management Maintenance FAR 52.204-22�������� �������� Alternative Line Item Proposal FAR 52.204-23���������� �������Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-6�������������������� Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11������������������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.209-10�������� �������� Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-17�������� �������� Delivery of Excess Quantities FAR 52.222-3���������� �������� Convict Labor FAR 52.222-19�������� �������� Child Labor FAR 52.222-21�������� �������� Prohibition of Segregated Facilities FAR 52.222-22�������� �������� Previous Contracts and Compliance Reports FAR 52.222-26�������� �������� Equal Opportunity FAR 52.222-35�������� �������� Equal Opportunity for Veterans 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 52.225-1���������� �������� Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.225-13�������� �������� Restrictions on Certain Foreign Purchases FAR 52.225-25���������������� �Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran � Representations and Certifications FAR 52.232-33�������� �������� Payment by Electronic Funds Transfer�System for Award Management FAR 52.233-3���������� �������� Protest after Award FAR 52.233-4���������� �������� Applicable Law for Breach of Contract Claim FAR 52.252-1���������� �������� Solicitation Provisions Incorporated by Reference FAR 52.252-2���������� �������� Clauses Incorporated by Reference FAR 52.253-1���������� �������� Computer Generated Forms DFARS 252.203-7000�����Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002�������� Requirement to Inform Employees of Whistleblower Rights, in all�solicitations and contracts DFARS 252.203-7005�������� Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004�������� Alternate A, Required Central Contractor Registration; contractors not registered in the��� System for Award Management (SAM) will be ineligible for award. Register at http://www.sam.gov/ or call 1-800-334-3414.��� DFARS 252.204-7008�������� Compliance with�Safeguarding Covered Defense Information Controls DFARS 252.205-7000�������� Provision of Information to Cooperative Agreement Holders DFARS 252.208-7000�������� Intent to Furnish Precious Metals as Government-Furnished Material DFARS 252.209-7004�������� Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.215-7013�������� Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7001�������� Buy American Act and Balance of Payments Programs������� DFARS 252.225-7002�������� Qualifying Country Sources as Subcontractors DFARS 252.225-7012 ��������Preference for Certain Domestic Commodities DFARS 252-225-7048�������� Export-Controlled Items DFARS 252.225-7050�������� Prohibitions on Contracting with Persons that have Business Operations with the Maduro�Regime (In accordance with section 890 of the National Defense Authorization Act for�� Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. �� (c) Representation. By submission of its offer, the Offeror represents that the Offeror� �� (1) Does not have any business operations with an authority of the Maduro regime or the���� government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or �� (2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets�� Control of the Department of the Treasury. ��������������������������� ��(End of provision) DFARS 252.226-7001������� Utilization of Indian Organizations, Indian-Owned Enterprises, and Native� Hawaiian�� Small Business Concerns 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/). WAWF routing information will be provided upon award. DFARS 252.232-7006����� ���Wide Area Workflow Payment Instructions DFARS 252.232-7010����� ���Levies on Contract Payments DFARS 252.237-7010�������� Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252-243-7001����� ���Pricing of Contract Modifications DFARS 252.244-7000�������� Subcontracts for Commercial Items DFARS 252.246-7000����� ���Material Inspection and Receiving Report DFARS 252.247-7023�������� Transportation of Supplies by Sea AFFARS 5352.201-9101���� Ombudsman 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, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-5724, email: susan.madison@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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) Responses to this combined synopsis/solicitation must be received via email by 25 August 2020, no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1MTR50225AW01. Questions can be addressed to Patrina James, Contract Specialist, at (843) 963- 5159 email patrina.james.1@us.af.mil. For more opportunities, visit Contract Opportunities; https://www.beta.sam.gov/ ; also see: http://www.sba.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93febcbb8ba44d6eaa1ad6950e954208/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05763675-F 20200820/200818230205 (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.