Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

69 -- Jaguar Timing System - J&A 15-009

Notice Date
10/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-15-Q-0012
 
Archive Date
11/28/2014
 
Point of Contact
Monora M Sung, Phone: 910-440-0700
 
E-Mail Address
monora.sung@socom.mil
(monora.sung@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A 15-009, Jaguar Timing System Combined Synopsis/Solicitation (Jaguar Timing System) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0012 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, Effective July 1, 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 334519. The small business size standard is 500 employees. The Federal Supply Classification (FSC) for this order is 7810. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered IAW FAR 13.106-2. Reference FAR 52.212-2 under "Clauses Incorporated by Full Text" within this document for more details. This is a brand-name requirement. Review Justification & Approval 15-009 attached to this post. Item 0001 - Jaguar Bronze Race Timing System Quantity - 3 EA Specification: - Quantity four circular polarized antennas, overhead or side mounted - There are no mats, ramps, or ground antennas which could possibly pose a tripping hazard. - Jaguar RFID reader with color-coded light panel with indicators for reads, antennas, CPU activity and faults - 120 volt backup power supply with two NEMA external power outlets - Rugged carrying case with dual handles - Race timing software that is pre-installed on a laptop computer - Real-time race software with integrated interface for Kiosk - Race times to 1/1000th of a second - Dual redundant architecture with overlapping RF read zones - Read distance of up to 30 feet from two or more antennas simultaneously - Ethernet controller interface for communication with system components - LMR-240 cable assemblies with strain relief connectors - Software for real-time HTML updates and text messages - Remote control of system via internet or Wi-Fi - Support includes unlimited email, phone, web training, software updates for one year - After hours support on Friday until 9:00pm CT and 9:00am to 1:00pm on Saturday - Announcer system with real-time rankings, results, and detailed athlete demographics Item 0002- Jaguar T-Chip, Reusable Timing Chip Quantity - 504 EA Item 0003 - Ankle Strap for Jaguar T-Chip Quantity - 504 EA Item 0004 - Jaguar Power Pack Quantity - 3 EA Item 0004 - Tech Support Specification: Live hands-on / onsite Jaguar Technical Support for initial training and set up for a period of two (2) days. Place of delivery will be Marine Corps Special Operations Command, Camp Lejeune NC. The final delivery address will be provided upon contract award. The awardee of this RFQ is required to be registered with, understand, and invoice through Wide Area Workflow. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered as follow: a. All quotes shall be evaluated on the ability to meet required specifications, delivery, and cost. A quote that is so lacking in information, that a proper evaluation would require elaborate explanation, may be deemed unacceptable. b. Quotes must confirm that the quoted items are in accordance with the specifications as outlined within this RFQ. c. The vendor shall submit a quotation that includes all prices for the listed items/services and the delivery dates for each item/service. (End of Provision) *** It is very important that all vendors follow all instructions provided below, when quotes are submitted *** Vendors are required to register or update their registration on the Central Contractor Registration website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact SSgt Sung, Monora at 910-440-0700 or 910-440-0774 or Email: monora.sung@socom.mil All questions are due by 1200 (12:00 PM) EST November 5, 2014. Questions shall be directed to SSgt Sung, Monora, Contract Specialist, Email: monora.sung@socom.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1200 (12:00 PM) EST November 6, 2014. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring the Vendors' quote is received by this office, within the stated timeframe, is the responsibility of Vendor. Please submit your quotations via any method listed below: E-mail SSgt Sung, Monora at monora.sung@socom.mil For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Vendors are responsible for allowing adequate time for transmission to be completed. The Vendor bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-15-Q-0012/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina, 28460, United States
Zip Code: 28460
 
Record
SN03562161-W 20141101/141031000253-cfc2ddffacafd37db4bf4a80448ec9a3 (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.