Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SPECIAL NOTICE

36 -- TRACKING SYSTEM

Notice Date
6/15/2017
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, PO Box 8104, San Luis Obispo, California, 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA17T0032
 
Archive Date
7/15/2017
 
Point of Contact
Stella H Davis, Phone: 8052388607
 
E-Mail Address
stella.h.davis.civ@mail.mil
(stella.h.davis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for California intends to award a Firm-Fixed Price (FFP) contract to IP Access International, Inc, to provide the following Harrier Communications Kit. The North American Industry Classification System Code (NAICS) is 334220 with a small business size standard of 1250 employees. The Government intends to solicit and negotiate with only one source under the authority of FAR 8.405-6; Only One Responsible Source and no other supplies or services will satisfy agency requirements. A determination not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within five (5) calendar days from the date of the publication of this notice. Supporting evidence must be furnished in sufficient detail, to demonstrate the ability to comply with the above requirement on a brand name or equal basis including submitting specifications for an equal product. Required equipment is: 1 each, HHTS Tracking System Package, PN: TBI-HHTS-PKG-00-101 and freight from manufacturer to Mather, CA 95655. The following provisions/clauses are incorporated: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-22, Alternative Line Item Proposal; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2; Clauses incorporated by Reference; 52.252-6, Authorized Deviation in Clauses. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Requirements Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval Systems - Statistical Reporting in Past Performance Evaluations; 252.225-7000, Buy American Act - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition; 252.244-7000, Subcontracts for Commercial Items; All Contractors must have a current registration in the System for Award Management (SAM). Please contact me directly for attachments if you are unable to download them. Quotes are due NLT June 30, 2017 by 11:00 A.M. at USPFO for California, Contracting Office, 903 Industrial Way, Camp Roberts, CA 93451. Quotations shall be in writing to the above address, or emailed, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA17T0032/listing.html)
 
Record
SN04545530-W 20170617/170615234759-f7c14d821c439f9419af6627553a6156 (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.