Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2020 SAM #6875
SOLICITATION NOTICE

49 -- Scan Tool Set

Notice Date
9/23/2020 11:15:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-20-Q-1104
 
Response Due
8/28/2020 8:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Daniel W Collins, Phone: 5152524647, Brenda McKnight, Phone: 5152524114
 
E-Mail Address
daniel.w.collins.mil@mail.mil, brenda.m.mcknight.civ@mail.mil
(daniel.w.collins.mil@mail.mil, brenda.m.mcknight.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Iowa Army National Guard Scan Tool Set W912LP-20-Q-1104 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, W912LP-20-Q-1104, is being issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective date 08-31-2020.� This procurement is Set-Aside 100% for Small Business.� The NAICS code is 334515 and the small business size standard is 750 employees.� Basis for award Lowest Price Technically Acceptable which meets the Government�s minimum requirements. The following commercial items are requested in this solicitation: The vendor shall provide the following items.� These items are all required to work together as a complete set. �Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001. Scan Tool Set, ������������������� Quantity/Unit of Issue: 12 Each The Scan Tool Set shall meet the following minimum requirements: Scan Tool Data cable 110V power adapter Battery pack 12 pin adapter 9 pin Deutsch adapter 6 pin Deutsch adapter 3 pin Deutsch adapter 16 pin OBDII Adapter NATO adapter HMMWV adapter 9 pin CAT adapter Rugged carrying case Screen protector Provide your company�s warranty information Vehicle and equipment diagnostic software including, but not limited to: DDEC Suite Detroit Diesel, MBE CAT ACERT 2.0 International Engines v2.0 Caterpillar Electronic Engines NAVISTAR Maxxforce v3.0 NAVISTAR body and chassis Allison Transmission suite Meritor WABCO suite Bendix air ABS v 2.0 w/TPMS Heavy Duty Standard suite J1708 Heavy duty Standard suite J1939 HMMWV transmission Light and Medium Truck Cummins v 3.0 CLIN 0002. Universal PLC Adaptor,������ Quantity/Unit of Issue: 12 Each The Universal Power Line Carrier (PLC) should include a road tough 7-pin/12V ABS SAE J560 Heavy Duty Zinc Alloy Metal Plug connector.� The process should be priced FOB Destination with a ship to address of CAMP DODGE JOINT MANUVER TRAINING CENTER, BLDG. W-12, Receiving Desk, 7105 NW 70TH AVENUE, JOHNSTON IA 50131-1824 The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036 Alternate II, Buy American � Free Trade Agreement � Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text verbiage is found in Attachment #1, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor�s Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3 Alternate I, Offeror Representations and Certifications � Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition of the Acquistion of Covered Defense Telecommunications Equipment or Services � Representation 252.225-7035 Alternate II, Buy American Free Trade Agreement Implementation Act � Balance of Payments Program Certification The following clauses are incorporated by full text.� The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements: �Vendors shall submit quotations by completing Attachment #2, Vendor Information and Pricing Schedule. �Product specifications/cut sheets Shall be included as an attachment to the quotation.� Vendor Shall complete and submit the representations in SAM and/or in attachment #1 to include 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Note: If the certification is already completed in SAM the vendor does not need to re-certify.� However, there are some certifications that are not included in the SAM REPS & CERTS). Vendors who do not submit the representation will not be considered for award. Quotations are due at 10:00 a.m. local (central) time on Monday, September 28, 2020.� Quotations shall be submitted via e-mail to Mr. Dan Collins at daniel.w.collins.mil@mail.mil. �Facsimile quotations will not be accepted. Questions regarding this synopsis/solicitation may be directed to Mr. Dan Collins, Contract Specialist, at (515) 252-4647 or to the email identified above or to Ms. Brenda McKnight, Contracting Officer, at (515) 252-4114, e-mail brenda.m.mcknight.civ@mail.mil by no later than Friday, 25 Jul 2020 to allow time to reply and post an amendment if applicable. Attachments: #1 � Full Text Provisions and Clauses #2 � Contractor Information and Pricing Schedule
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/432a7b69e78d42ddbac283c9dfe91684/view)
 
Place of Performance
Address: Johnston, IA 50131-1824, USA
Zip Code: 50131-1824
Country: USA
 
Record
SN05808729-F 20200925/200923230218 (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.