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, 2017 FBO #5777
MODIFICATION

59 -- Micro DAGR-V

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A3G7207AW01
 
Archive Date
10/7/2017
 
Point of Contact
Paul A Shirley, Phone: 6097540458, Joe Molina, Phone: 609-754-4690
 
E-Mail Address
paul.shirley.1@us.af.mil, joe.molina@us.af.mil
(paul.shirley.1@us.af.mil, joe.molina@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(CHANGES IN BOLD BELOW) REQUEST FOR QUOTATIONS Issued By: 87th Contracting Squadron/LGCC 2402 Vandenberg Ave. Joint Base MDL. 08641 RFQ NUMBER: F3A3G7207AW01 TITLE: Micro DAGR-V (Brand Name: Rockwell Collins) This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F3A3G7207AW01 in response to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 dated 22 Dec 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The North American Industrial Classification System Code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of 1,250 employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN # Description - Per SOW Quantity Unit (Brand Name: Rockwell Collins) 0001 HNV-2930 MicroDAGR 3.2 w/ SAASM Part# 822-2930-002 63 Each 0002 Tethered Molle Pouch, Multicam Part# 021-0752-090 63 Each 0003 MicroDAGR Keyfill Cable Part# 987-9995-451 53 Each FOB point is Destination. Delivery split as follows: MicroDAGRs - JB MDL, NJ: 51 / Scott AFB, IL: 12 Tethered pouch - JB MDL, NJ: 51 / Scott AFB, IL: 12 Keyfill cable - JB MDL, NJ 51 / Scott AFB, IL 2 The required delivery date is not later than 30 days ADC. All quotes must be emailed to POC SSgt Paul Shirley (paul.shirley.1@us.af.mil) at 87 CONS/LGCC by 19 Sep 2017, 12:00 pm, Eastern Standard Time (EST). All contractors must be registered in the System for Award Management https://www.sam.gov/ database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (If applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price. BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value: Price Technical Acceptability APPLICABLE CLAUSES / PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR Clauses/Provisions are applicable to this solicitation: FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of Offeror FAR 52.204-19, Incorporation by Reference of Represenations and Certifications FAR 52.204-20, Predecessor of Offeror FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-7, Information Regarding Responsibility Matters. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.211-7, Alternatives to Government-Unique Standards FAR 52.212-1, Instructions to Offerors, Commercial Items ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror FAR 52.212-2, Evaluation - Commercial Items ADDENDUM TO 52.212-2: To be technically acceptable the offeror must provide the required salient characteristics outlined in the statement of work. Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will noy be considered for award. FAR 52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. FAR 52.219-1 Alternate I, Small Business Program Representation. FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-25, Affirmative Action Compliance FAR 52.225-1, Buy American - Supplies FAR 52.225-2, Buy American Certificate FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52-233-1, Disputes FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes--Fixed Price FAR 52.246-1, Contractor Inspection Requirements FAR 52.247-45, F.o.b. Origin and/or F.o.b. Destination Evaluation. FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) Far 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.253-1, Computer Generated Forms The following DFARS Clauses/Provisions are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman. The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontrat Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21 Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports\ 52.222-25, Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.222-55 Minimum Wages Under Executive Order 13658 ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. ATTACHMENTS: 1. Brand Name Justification 2. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix 3. Anti-Terrorism Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3G7207AW01/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, NJ / Scott AFB, IL, McGuire AFB, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04680106-W 20170917/170915231655-f9c2f253c5d973034ba6a06cace1df40 (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.