Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

70 -- All quotations must be received by TACOM no later than 1:00 PM EST, 29 July 2010. Email quotations and questions to jennifer.mayers@us.army.mil.

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV106101
 
Response Due
7/29/2010
 
Archive Date
9/27/2010
 
Point of Contact
Jennifer Mayers, 586-282-9508
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(jennifer.mayers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 being requested and a written solicitation will not be issued. Combined Synopsis and Solicitation W56HZV106101: ADA Weatherproof Phones I.INTRODUCTION A.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 being requested and a written solicitation will not be issued. B.The combined synopsis and Request for Quotation (RFQ) number is: W56HZV106101. C.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 Jun 2008. D.The NAICS code applicable to this acquisition is 423610 with a size standard of 100 employees. E.Basis for award will be the best value to the Government. Required delivery is date is 3 September 2010. II.GENERAL A.The United States Army in Warren, Michigan has a requirement for the following: ADA Weatherproof Phones: QTY 20: Allen Tel GB72V02 or Equal Required delivery date is 3 September 2010. Please reference FAR Clause 52.211-6 Brand Name or Equal. The following are the performance characteristics required for products/services that are submitted as being equal to the brand name requirement: Allen Tel GB72V02 or Equal: Specifications: Must Be ADA compliant (Americans with Disabilities Act) Die Cast Aluminum Housing Electro statically Deposited Enamel Finish Spring Loaded Door Handset with 29 armored cord. (Minimum) Amplified Receiver Braille Labeling and ID Tones Two LED Lamps to indicate on and Help on the way Housing must be equipped with a weatherproof gaskets Door logo must indicate TELEPHONE Push Latch which can be disengaged to meet local ADA requirements Exterior color RED Single line push button Tone Dial Dimensions 20L x 9W x 7D (Approximate) Weight 21 lbs (Approximate) Delivery and Acceptance: Delivery and Acceptance will be FOB destination. Ship To: 6501 E. Eleven Mile Road Warren, MI 48397-5000 B.This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). C.Submittal Instructions: TACOM reserves the right to seek clarification on any aspect of your quotation. D.All quotations must be received by TACOM no later than 1:00 PM EST, 29 July 2010. Email quotations to jennifer.mayers@us.army.mil. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the Central Contractor Registry (CCR) database prior to receiving an award of a contract. Refer to website www.ccr.gov for registration information. E.Questions are requested via email, addressed to Jennifer Mayers, at jennifer.mayers@us.army.mil. III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM The listed provision or clauses require contractors to fill-in the necessary information applicable to this solicitation and be included with quote: 52.212-3 52.219-1 52.225-2 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 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. (Items (a): 1, 2, 3 (b) 20, 21, 22, 23, 31, 39) 52.214-34, Submission of Offers in the English Language 52.219-1, Small Business Program Representations - ALTERNATE I 52.233-1, Disputes 52.249-2 Termination for Convenience of the Government (Fixed-Price). The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.211-7003, Item Identification and Valuation ALTERNATE I 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7007 Termination for Default. Additional TACOM Contracting Center-Warren clauses: 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007, Wide Area Work Flow (WAWF), Codes and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: "To be determined (TBD) The WAWF system will prompt for additional e-mail submission after clicking Signature. The following additional e-mail submissions are required: "Primary Acceptor Name: (TBD) "Primary Acceptor e-mail: (TBD) "Alternate Acceptor Name: (TBD) "Alternate Acceptor e-mail: (TBD) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a combo, not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptors e-mail address. Training is available at http://www.wawftraining.com/. The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, Pay status (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled Electronic Submission of Payment Requests and Receiving Reports). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, Material Inspection and Receiving Report, use a combo Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a two-in-one invoice as described in WAWF.) If youre paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If youre paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. 52.239-4002, 508 Compliance (NOV 2006) Under Section 508 (29 U.S.C. 794d), Federal agencies must give disabled employees and members of the public access to information that is comparable to the access available to others. Section 508 requires that Federal agencies electronic and information technology is accessible to people with disabilities. All hardware and software purchased under this contract must be Section 508 compliant. If the deliverables are deemed non-compliant, it is the responsibility of the contractor to make it compliant, at the cost of the contractor. Refer to the following website for more about Section 508:http://section508.gov Subpart B -- Technical Standards, 1194.23 Telecommunications products. (a) Telecommunications products or systems which provide a function allowing voice communication and which do not themselves provide a TTY functionality shall provide a standard non-acoustic connection point for TTYs. Microphones shall be capable of being turned on and off to allow the user to intermix speech with TTY use. (b) Telecommunications products which include voice communication functionality shall support all commonly used cross-manufacturer non-proprietary standard TTY signal protocols. (c) Voice mail, auto-attendant, and interactive voice response telecommunications systems shall be usable by TTY users with their TTYs. (d) Voice mail, messaging, auto-attendant, and interactive voice response telecommunications systems that require a response from a user within a time interval, shall give an alert when the time interval is about to run out, and shall provide sufficient time for the user to indicate more time is required. (e) Where provided, caller identification and similar telecommunications functions shall also be available for users of TTYs, and for users who cannot see displays. (f) For transmitted voice signals, telecommunications products shall provide a gain adjustable up to a minimum of 20 dB. For incremental volume control, at least one intermediate step of 12 dB of gain shall be provided. (g) If the telecommunications product allows a user to adjust the receive volume, a function shall be provided to automatically reset the volume to the default level after every use. (h) Where a telecommunications product delivers output by an audio transducer which is normally held up to the ear, a means for effective magnetic wireless coupling to hearing technologies shall be provided. (i) Interference to hearing technologies (including hearing aids, cochlear implants, and assistive listening devices) shall be reduced to the lowest possible level that allows a user of hearing technologies to utilize the telecommunications product. (j) Products that transmit or conduct information or communication, shall pass through cross-manufacturer, non-proprietary, industry-standard codes, translation protocols, formats or other information necessary to provide the information or communication in a usable format. Technologies which use encoding, signal compression, format transformation, or similar techniques shall not remove information needed for access or shall restore it upon delivery. (k) Products which have mechanically operated controls or keys, shall comply with the following: (1) Controls and keys shall be tactilely discernible without activating the controls or keys. (2) Controls and keys shall be operable with one hand and shall not require tight grasping, pinching, or twisting of the wrist. The force required to activate controls and keys shall be 5 lbs. (22.2 N) maximum. (3) If key repeat is supported, the delay before repeat shall be adjustable to at least 2 seconds. Key repeat rate shall be adjustable to 2 seconds per character. (4) The status of all locking or toggle controls or keys shall be visually discernible, and discernible either through touch or sound. Subpart D -- Information, Documentation, and Support, Part 1194 1. Section 508 does not apply to national security systems, as that term is defined in section 5142 of the Clinger-Cohen Act of 1996 (40 U.S.C. 1452). 2. The Access Board is an independent Federal agency established by section 502 of the Rehabilitation Act (29 U.S.C. 792) whose primary mission is to promote accessibility for individuals with disabilities. The Access Board consists of 25 members. Thirteen are appointed by the President from among the public, a majority of who are required to be individuals with disabilities. The other twelve are heads of the following Federal agencies or their designees whose positions are Executive Level IV or above: The departments of Health and Human Services, Education, Transportation, Housing and Urban Development, Labor, Interior, Defense, Justice, Veterans Affairs, and Commerce; the General Services Administration; and the United States Postal Service. 3. Whenever the Access Board revises its standards, the Federal Acquisition Regulatory Council is required to revise the FAR, and each appropriate Federal agency is required to revise its procurement policies and directives within six months to incorporate the revisions. 4. 48 CFR Chapter 1, part 2, 2.101 Definitions Information Technology (c). 52.246-4009, INSPECTION AND ACCEPTANCE POINTS: DESTINATION (FEB 1995) Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION Acceptance: DESTINATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/760f257adf253370eb2974ed447e7741)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02219227-W 20100729/100727235545-760f257adf253370eb2974ed447e7741 (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  © 1994-2020, Loren Data Corp.