Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

59 -- DTC Communication Kits or Equal

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC14Q0053
 
Archive Date
8/21/2014
 
Point of Contact
Juan M. Fernandez,
 
E-Mail Address
FernandezJM@state.gov
(FernandezJM@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. 1. DESCRIPTION 1.1. The U.S. Department of State has a requirement for the purchase of communication kits described below. 1.2. The NAICS code applicable to this acquisition is 334220. The corresponding size standard is 750 employees. This acquisition is unrestricted. 2. REQUIRED ITEMS: CLIN 001: DTC Communications' Beowulf Yellow Kit, VHF, Deluxe (Sample 910-111022) or Equal - 4 EA CLIN 002: DTC Communications' THOR Red Kit (99005036-116014) or Equal - 3 EA 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: No later than 30 days after receipt of order. If an export license is required, the vendor shall deliver the equipment no later than 30 days after receipt of export license. 3.2. DELIVERY TERMS: FOB Destination. The Contractor must consolidate the entire shipment to prevent loss and misdirection of the equipment. Partial shipments are not allowed unless otherwise authorized in writing by the US Department of State Contracting Officer. The contractor shall deliver all items to the following location: US Logistics Center 225 South Vermillion Avenue Brownsville, TX 78521 The items being acquired will be donated to the government of the ultimate destination Mexico. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export licensing requirements. If an export license is required, the items shall not be shipped until the necessary export license is received. 3.3. PACKING AND MARKING REQUIREMENTS: Improperly marked shipments will be rejected by the Government and returned at the Contractor's expense. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. In addition, a copy of the packing list and commercial invoice shall be provided to [to be determined]. This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer. Each box, carton, and package shall be marked as follows: US EMBASSY, MEXICO CITY ATTN: To be Determined Communication Kits Order No. (To be provided upon award) México City, México Box #__ of __ 4. INL SOURCE-NATIONALITY RESTRICTIONS 4.1. The source and nationality restrictions found in 22 CFR 228, as adopted by INL, apply to this RFQ. The contractor shall promptly notify the Contracting Officer and COR of any instance in which a waiver is required. The contractor shall identify the particular commodities or services needed, the country of source and nationality, the estimated dollar value, and provide documentation necessary to obtain a waiver under subpart D of 22 CFR 228. 4.2. For purposes of performance, the contractor shall assume that no source or nationality waiver will be provided. Failure of INL to provide a source or nationality waiver shall not discharge the contractor of its contractual responsibilities and shall not form the basis for any claim or request for contract adjustment. 5. EXPORT RESTRICTIONS 5.1. The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. 5.2. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. 5.3. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in Mexico where the foreign person will have access to export-controlled technical data or software. 5.4. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions. 5.5. The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. 5.6. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations. 6. EVALUATION OF QUOTATIONS: 6.1. Award will be made to the lowest priced-technically acceptable quoter who submits a quotation that is responsive to the combined synopsis/solicitation requirements. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. 6.2. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. 6.3. Award will be on an "all or none" basis. 7. QUOTATION MUST INCLUDE THE FOLLOWING: 7.1. PRICE: unit and extended prices, inclusive of delivery charges. 7.2. DELIVERY INFORMATION: Proposed delivery date and location. 7.3. DESCRIPTION: Description and part number of the proposed items; product literature may be provided. Include a description of applicable warranty terms. For "equal" items, the contractor must provide the information required per FAR Clause 52.211-6. 7.4. COMPANY INFORMATION: Include company name, address, website (if available), telephone number, and POC information. Include DUNS number and statement that the company is registered in SAM. 7.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3 and 52.209-7) or statement that the certifications are available in SAM (www.sam.gov). 7.6. PAST PERFORMANCE: A list of contracts performed within five (5) years from the date of this posting for the provision of comparable communication kits to federal, state, and local government or commercial customers. The list shall include contact information (name, organization, email, and phone) and be limited to no more than five (5) references. 8. ADDITIONAL INFORMATION AND REQUIREMENTS: 8.1. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number SWHARC14Q0053 is issued as an RFQ under subpart 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-75. 8.2. This RFQ incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at these addresses: FAR clauses/provisions may be accessed at: http://acquisition.gov/far/index.html DOSAR clauses/provisions may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm These addresses are subject to change. You may also use an Internet "search engine" (e.g., Yahoo, Google, etc.) to obtain the latest location of the most current FAR and DOSAR. 8.2.1. The following FAR clauses and provisions are incorporated by reference. 52.203-3, Gratuities 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.209-7, Information Regarding Responsibility Matters 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Fill-in paragraph i(1): Electronics - China 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 The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.214-34, Submission of Offers in the English Language 52.214-35, Submission of Offers in U.S. Currency 52.227-19, Commercial Computer Software License 52.229-6, Taxes -- Foreign Fixed-Price Contracts 8.2.2. The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) (DEVIATION) 652.225-70, Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.242-71, Notice of Shipments (JUL 1988) 652.242-72, Shipping Instructions (DEC 1994) 652.242-73, Authorization and Performance (AUG 1999) 652.243-70, Notices (AUG 1999) 9. RFQ CLOSING DATE AND TIME: Quotations are due by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number SWHARC14Q0053. 10. AWARD TYPE: The Government will award a firm-fixed-price purchase order for the requirements identified in this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f40f10aa5607931fcb2d04bb76adef3c)
 
Record
SN03434755-W 20140725/140723235237-f40f10aa5607931fcb2d04bb76adef3c (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.