Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

59 -- Portable Electronic Device (PED’s) Countermeasures Boxes

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ015211610001000
 
Point of Contact
James N. Robinson, Phone: 7035881117
 
E-Mail Address
james.robinson.ctr@whs.mil
(james.robinson.ctr@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, 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. The solicitation number is HQ015211610001000; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 334290. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5999. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase 65 (EA) secured Portable Electronic Device (PED's) Countermeasures Boxes equipment. There will be two deliveries for these items. The first 30 EA shall be delivered within 60 ARO, the remaining 35 EA shall be delivered within 120 ARO. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. Moreover, descriptive literature such as illustrations, drawings, product specifications, and all necessary product documentation shall be provided. Failure to provide the information necessary for evaluation may result in your product not being considered for award. Samples and testing may also be necessary as part of the evaluation. If so, samples and products for testing shall be provided at no additional cost to the government. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13.5. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLIN 0001 Portable Electronic Device (PED) Countermeasures Boxes - First Article Delivery, 30 EA 60 ARO CLIN 0002 Portable Electronic Device (PED) Countermeasures Boxes - Remaining Qty Delivery, 35 EA 120 ARO Salient physical, functional, or performance characteristics: a. Shielded metal PED enclosures capable of protecting wireless transmissions and recording capabilities. Must possess built-in powered noise masking generator device capable of rendering audio recording ineffective. Must demonstrate the ability to provide RF shielding and sound attenuation to render wireless devices stored in the product ineffective. b. Compartments: No less than 16 individual internal compartments with the ability to collapse compartments in order to store PEDs (PEDs include, but are not limited, to pagers, compact disc and cassette player/recorders, radios, laptops, tablets, portable data assistance (palm tops, blackberry, IPAQ, etc), digital audio devices (mp3 players), cameras, camcorders, calculators, electronic watches with input capability and reminder records). c. Portable design d. Compartment must have external latch(es) e. Delivery Schedule: 30 EA must be delivered within 60 ARO, the remaining 35 EA must be delivered within 120 ARO Additional Information: (1) Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to james.robinson.ctr@whs.mil. Contractors are responsible for verifying receipt of their quotes. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to james.robinson.ctr@whs.mil NO LATER THAN the designated date and time. Point of contact is James N Robinson, telephone 703-588-1117.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ015211610001000/listing.html)
 
Place of Performance
Address: 1155 Defense Pentagon, Washintgon, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02567253-W 20110910/110909000056-9059f47431178aea288891e75f5a6891 (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.