Federal Bid

Last Updated on 23 Jul 2014 at 8 AM
Combined Synopsis/Solicitation
Home Pennsylvania

AN/PRC-117

Solicitation ID FA4897-14-Q-0002
Posted Date 20 Jun 2014 at 8 PM
Archive Date 23 Jul 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4897 366 Fas Pkp
Agency Department Of Defense
Location Home Pennsylvania United states
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued.

(ii) This combined synopsis/solicitation is issued as a RFQ, FA4897-14-Q-0002. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM).

(iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 and through Department of Defense Acquisition Regulation Change Notice 20140528. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm

(iv) This procurement is being issued Unrestricted. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750 EMP

Brand Name or Equal
CLIN 0001 - 3 EA - Harris Co. AN/PRC-117(V)1(C): Radio Assy Type 1 Multiband Manpack w/GPS, WWB.
CLIN 0002 - 1 EA - Fixture, Data Key INTFC "Breakout Box"

(v) The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date.

(vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).

(vii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition.

QUOTE/PROPOSAL INSTRUCTIONS:
Offerors shall provide supporting documentation In Accordance With (IAW) the SOW to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government.

(viii) The provision at FAR 52.212-2 Evaluation -- Commercial Items, applies to this acquisition.

EVALUATION FACTORS FOR AWARD:
The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price and meets the requirement, which shall represent best value to the Government. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition.

The following factors shall be used to evaluate offers:

1. Price

The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation.

(ix) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.

(x) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included.
(xi) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; 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 Affirmative Action 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; 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 252.204-7004 Alternate A; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC).
**Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: [email protected].**

(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).

(xiii) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Daylight Time 8 July 2014 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Mail or e-mail response to [email protected] . An official authorized to bind your company shall sign the offer.

(xiv) Point of Contact: SSgt Larry Gilpatrick, Contract Specialist, Ph 208-828-3128; e-mail: [email protected] . SSgt Dana Johnson, Contracting Officer, Ph 208-828-6477, e-mail: [email protected]. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jan 2019 at 1 PM
Dyess air force base Texas 12 May 2017 at 7 PM
Location Unknown 18 Jun 2012 at 3 AM
Location Unknown 01 Sep 2021 at 4 AM
Location Unknown 04 Sep 2019 at 8 PM

Similar Opportunities