SOLICITATION:
W911YP21R0038
AGENCY/OFFICE:
Utah Army National Guard / USPFO
DELIVERY LOCATION:
Utah Army National Guard / Camp Williams
17800 Camp Williams RD. BLDG 9500, Bluffdale, UT 84065
SUBJECT:
ATAK Samsung S20 Tactical Edition
RESPONSE DUE DATE:
11:00 AM MST 15 September 2021
CONTRACTING POC:
Timothy A. Papa Email: [email protected] Phone: 8014324246
DESCRIPTION:
*****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND NAME or equivalent CASCADING SMALL BUSINESS (SB) SET-ASIDE, WITH PRECENDENCE TO SMALL BUSINESSES FIRST***
The Utah National Guard is soliciting a BRAND NAME or equivalent requirement for ATAK Samsung S20 Tactical Edition under combined synopsis/solicitation W911YP21R0038 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Cascading Small Business set-aside under NAICS 334290 “Other Communication Equipment Manufacturing” which has a Small Business Size Standard of 750 EMP (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery shall be 90 Days ARO. This award should be able to be filled by a single vendor.
This requirement calls for the purchase and deliver of: (28 EA) ATAK KIT SAMSUNG S20 Tactical Edition
Tech Specifications in each ATAK Kit:
BRAND NAME:
RFQ for brand-name items only pursuant to FAR Part 6.302-1(c). Interested offerors are required to submit a price proposal for the brand-name equipment specified above. Offeror is to include freight costs if applicable and to specify the delivery schedule on the quotation to include lead times.
SET-ASIDE / FAR REGULATION:
Any award resulting from this solicitation will be made using a Cascading Small Business set-aside order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
CONTRACT TYPE / EVALUATION CRITERIA:
The contract type for this procurement will be firm-fixed price. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.
SAM REGISTRATION:
All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.
IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
PROPOSALS:
All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 11:00 am (Mountain) 15 SEP 2021. All submissions should be sent via email to: [email protected]. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
PROVISIONS & CLAUSES:
The following provisions and clauses are applicable to this solicitation:
FAR 52.202-1 – Definitions
FAR 52.203-3 – Gratuities
FAR 52.204-7 – Central Contractor Registration
FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 - Covered Telecommunications Equipment or Services Representation
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.212-1 – Instructions to Offerors
FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items
FAR 52.212-3 – Alternate 1
FAR 52.212-4 – Terms and Conditions - Commercial
FAR 52.212-5 – Dev - Statutes/Exec Orders
FAR 52.217-8 – Option to Extend Services
FAR 52.217-9 – Option to Extend the Term of the Contract
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-6 – Notice of Total Small Business Set-Aside
FAR 52.219-8 – Utilization of Small Business Concerns
FAR 52.219-14 – Limitations on Subcontracting
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-3 – Convict Labor
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-22 – Previous Contract and Compliance Reports
FAR 52.222-25 – Affirmative Action
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Affirmative Action for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 – Restrictions on Certain Foreign Purchases
FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 – Payments
FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 – Disputes
FAR 52.233-2 – Service of Protest
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 52.252-1 – Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
FAR 52.252-5 – Authorized Deviations in Provisions
FAR 52.252-6 – Authorized Deviation in Clauses
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 – Dev Terms and Conditions
DFARS 252.225-7001 – Buy America Act and Balance of Payments Program
DFARS 252.225-7002 – Qualifying Country as Subcontractors
DFARS 252.225-7012 – Preference for Certain Domestic Commodities
DFARS 252.232-7003 – Electronic Submission of Payment Requests
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.243-7002 – Requests for Equitable Adjustment.
FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.