This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-14-Q-0023, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-76 effective 25 August 2014). This procurement is a 100% Small Business Set Aside. The NAICS code is 334310 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database and listed as a small business under the aforementioned NAICS. (Reference: DFARS 252.204-7004, Alt A System for Award Management). The following commercial items are requested in this solicitation.
The items being procured are:
9 EA: MA1-B-292D-HD2, Advanced Maintenance Program for one year for B-292D-HD2. Manufactured by Haivision.
9 EA: MA1-B-292E-HDSDI2, Advanced Maintenance Program for one year for B-292E-HDSDI2. Manufactured by Haivision.
3 EA: MA1-F-MB6X-RAC, Advanced Maintenance Program for one year for MA1-F-MB6X-RAC. Manufactured by Haivision.
9 EA: B-292D-HD2, Makito X Dual Decoder Blade - Dual HD/SD H.264 IP Video Decoder. Manufactured by Haivision.
9 EA: B-292E-HDSDI2, Makito X Dual SDI Encoder Blade - H.264 High Profile Dual Channel IP Video. Manufactured by Haivision.
3 EA: F-MB6X-RAC, MB6 - Makito X/Makito/Barracuda/Torpedo2 6 Slot Chassis Manufactured by Haivision.
Note: This is a Brand Name requirement. No other equivalent items will be evaluated. Brand Name and Price will be used to evaluate quotes. Technical factors are as follows: Exact Brand Name Item; Price
The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable.
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.
Additionally the following clauses and provisions apply to this acquisition:
52.202-1 Definitions
52.203-3 Gratuities
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.204-4 Printed or Copied Double-Sided on Recycled Paper
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.207-2 Notice of Streamlined Competition
52.207-4 Economic Purchase Quantity - Supplies
52.209-5 Certification Regarding Responsibility Matters
52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred,
Suspended, or Proposed for Debarment
52.209-7 Information Regarding Responsibility Matters
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - Commercial Items52.212-4 Contract Terms and Conditions Commercial Items
52.212-4 Contract Terms and Conditions -- Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-
Commercial Items
52.214-13 Telegraphic Bids
52.214-31 Facsimile Bids
52.215-8 Order of Precedence -- Uniform Contract Format
52.219-1 Alt I Small Business Program Representations
52.219-6 Notice of Total Small Business Aside
52.219-8 Utilization of Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-20 Walsh-Healey Public Contracts Act
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
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking Persons
52.223-6 Drug Free Workplace
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy American Act--Supplies
52.225-2 Buy American Act Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.229-3 Federal, State, and Local Taxes
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payment to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law of Breach of Contract Claim
52.243-1 Changes - Fixed Price
52.246-2 Inspection of Supplies - Fixed Price
52.246-16 Responsibility for Supplies
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-3 Alterations in Solicitation
52.252-4 Alterations in Contract
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
Applicable DFARS clauses included:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7002 Payment for Subline Items Not Separately Priced
252.204-7004 Alt A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.211-7005 Substitutions for Military or Federal Specifications and Standards
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
252.247-7007 Liability and Insurance
Applicable AFFARS clauses included:
5352.223-9001 Health and Safety on Government Installations (Jun 1997)
5352.242-9000 Contractor Access to Air Force Installations
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (CST), 15 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Karina Reyes at (318) 456-2629. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Karina Reyes, Contracting Specialist, at (318) 456-2201, [email protected] or Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].