Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

58 -- XG-25 Radio - Request for Quote

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R31A4262A002
 
Archive Date
10/9/2014
 
Point of Contact
Colleen M. Toman, Phone: 3256962360, Kyle J. Kinder, Phone: 3256961454
 
E-Mail Address
colleen.toman.1@us.af.mil, kyle.kinder@us.af.mil
(colleen.toman.1@us.af.mil, kyle.kinder@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F1R31A4262A002. This acquisition is a total small business set aside. The 7th Contracting Squadron, Dyess AFB, TX, requires the following: DESCRIPTION OF REQUIREMENT (BRAND NAME or EQUAL): CLIN 0001 Harris XG-25M Radio Model number DM-M78B with the following features and accessories DM-P25ED, DM-PL4U, DM-PRO, DM-PL5K, DM-ZN9X, DM-DC9R, DM-ZN9Z, DM-CL2X, DM-CL2Y. "Brand name or Equal" CLIN 0002 Shelf, 19" Rack Mount (Vented 12" depth/ 50 lb. capacity) for installation into the Motorola L2 Core. "Brand name or Equal" CLIN 0003 Installation (Includes Programming, Configuring and Optimizing with full Integration into the Conventional Channel Gateway, Universal Configuration Manager, MC7500 and Resource Allocation server at the Motorola L2 Core. Any "or equal" items will be sent to the technical representative for evaluation. If providing "or equal" product, you must describe how your item meets or exceeds the brand name product. Failure to do so will result in non-responsive quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 August 2014, DFAR DPN 201400828 effective 28 August 2014, and AFFARS AFAC 2014-0421 effective 21 April. The North American Industry Classification System code (NAICS) is 334220. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any "Or Equal" proposal received will be sent to the technical advisor for compatibility or functionality. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of 7 CES, 734 THIRD STREET, DYESS AFB TX. 79607. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; 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 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Labor Standards, FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. All quotes must be either faxed to 325-696-4078 Attn: SrA Colleen M. Toman or emailed to colleen.toman.1@us.af.mil or SSgt Kyle Kinder at kyle.kinder@us.af.mil. For any questions or requests for additional information, please call 325-696-2360. Quotes are required to be received no later than 02:00 PM CST, Wednesday 24 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R31A4262A002/listing.html)
 
Place of Performance
Address: Dyess AFB, Abilene, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03521996-W 20140924/140922235316-b9ed6b420189c597d11897a2edd82252 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.