Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

58 -- Audio Scrambler for AFRICOM (Brand Name or Equal)

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 409th CSB (W91WFU) RCO Stuttgart, UNIT 30401, APO AE, 09107, Germany
 
ZIP Code
00000
 
Solicitation Number
W91WFU-16-T-0026
 
Archive Date
10/1/2016
 
Point of Contact
Chris Paitson, , Nathan Pauly,
 
E-Mail Address
john.c.paitson.civ@mail.mil, nathan.r.pauly2.civ@mail.mil
(john.c.paitson.civ@mail.mil, nathan.r.pauly2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
** UPDATE - The Delivery Address has changed** ** UPDATE - The Due date/time has been extended** **UPDATE - The Delivery Address has been added to this requirement** 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 W91WFU-16-T-0026. DESCRIPTION OF REQUIREMENT: Procure two quantity "Brand Name or Equal" Audio Scrambler, Maxwell in a Briefcase (MIB-2): CLIN: 0001 DESCRIPTION: "Brand Name or Equal" MIB-2 two talker system with one in ear and one Bose Aviation Headset (to include a 5 year commercial warranty) Quantity: 2 See below for salient characteristics. Any "OR EQUAL" offers will be sent to the technical advisor for compatibility/functionality, and must meet the salient characteristics provided. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 July 2016 and DFARS DPN 20160630, effective 30 June 2016.The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing. The Product Service Code is 5810, Communications Security Equipment and Components. A firm fixed price contract will be awarded. All interested parties must bid on all CLINs. BASIS OF AWARD: Award will be made to the lowest priced quote that meets ALL requirements listed above. The Government also reserves the right to make no award at all. 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: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting) 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, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract FAR 52.219-6, Notice of Total Small Business Set-Aside 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 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons 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-System for Award Management 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 252.203-7000, Requirements Relating to Compensation of Former DoD officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-204-7004 Alt A, System for Award Management, Alternate A DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002. Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of contract modifications DFARS 252.247-7023, Notification of Transportation of Supplies by Sea The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation The following local clauses apply to this solicitation and are incorporated in full text: CCE.233-4002 AMC-LEVEL PROTEST PROGRAM (January 2014) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) ADDITIONAL INFORMATION: 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. REVISED DELIVERY ADDRESS: U.S. Africa Command Attention: Frank Foltyn Unit 29951 APO, AE 09751-9951 +49 (0) 711-729-2786 DEADLINE/POINT OF CONTACTS: Offers are due on Friday, 16 September 2016 at 11:00 a.m. Central European Time. Submit offers and questions must be submitted via email to BOTH ; Mr. Chris Paitson at john.c.paitson.civ@mail.mil AND Mr. Nathan Pauly at nathan.r.pauly2.civ@mail.mil Answers to questions will be posted under this solicitation number on FBO. Offerors are responsible to monitor FBO for all notifications. No phone calls will be accepted. SALIENT CHARACTERISTICS The equipment is an audio scrambling device that protects the participants during secured conversations in unsecure locations. The device must include and be capable of the following: • Protection of secure conversations in unsecure locations • Deployment of equipment in vehicle and residence like areas • Approved to be set up and used in Government workspaces • TEMPEST tested and approved • Tested and approved deterrence of technical collection attempts and eavesdropping from unauthorized personnel • Support 2 active users simultaneously • Locking capability to secure device • Less than 25 pounds • Multiple interface capabilities to include STE Phone, Secure VTC, Secure Cell, Secure VoIP, and Defense DRSN • Portable maneuverability • 5 year commercial warranty NOTE - Offerors must explicitly state that both devices come with a 5 year commercial warranty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/270d096a1702efac23857e7f511f1344)
 
Place of Performance
Address: DELIVERY ADDRESS:, U.S. Africa Command, Attention: Frank Foltyn, Unit 29951, APO, AE 09751-9951, +49 (0) 711-729-2786, United States
 
Record
SN04274760-W 20160917/160916000931-270d096a1702efac23857e7f511f1344 (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.