Federal Bid

Last Updated on 16 May 2013 at 10 AM
Combined Synopsis/Solicitation
Media Pennsylvania

HQ0516-3008-0003-000_OCO_cable_and_connectors

Solicitation ID HQ0516-3008-0003-000_OCO_cable_and_connectors
Posted Date 17 Apr 2013 at 7 PM
Archive Date 16 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Defense Media Activity
Agency Department Of Defense
Location Media Pennsylvania United states 14855
 

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.


Synopsis/solicitation reference number HQ0516-3008-0003-000 is being issued as a Request for Quotes (RFQ).

Provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 1 April 2013 and DFARS Publication DPN 20130412 effective 12 April 2013.

 

(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012):
(a) Re Para (a):  The North American Industry Classification System (NAICS) code is 335929 and small business size standard is 1000 employees.
(b)(8) Quotes must include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) with Alternate I (APR 2011)
Note that Para (k) any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment.

 

ADDENDUM TO FAR 52.212-1
INSTRUCTIONS TO OFFERORS
COMMERCIAL ITEMS

 

(I) Offerors must use the attached PRICE SCHEDULE for pricing.
GSA or open market prices will be considered.

 

(ii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected.

 

In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Channel Partner with as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements.  Unless otherwise specified, Vendor shall warrant that the products are new and in their original box.  The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with Manufacturer's applicable policies in effect at the time of purchase.  Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. 

 

FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a):  Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation.  Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements.  Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS).  Offerors are reminded that the Government reserves the right to obtain past performance information from any source available.  Offerors will be given the opportunity to respond to any negative past performance information received.

 

It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process.  The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government.

The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price.  All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award.  For registration, go to www.sam.gov and follow the instructions.

 

The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

 

SEE ATTACHED PRICE SCHEDULE.  Substitutions of CLIN items will result in quote being dismissed as non-responsive.

 

FOB DESTINATION 30 DAYS ARO TO 14855 6th ST, Bldg 2725, Riverside, CA FOR ALL LINE ITEMS IN THE PRICE SCHEDULE.

Requirement requested herein is unique to the manufacturer. See attached J&A for Other Than Full & Open Competition.

 

This contract will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil/farsite.html and http://farsite.hill.af.mil/vfdfara.htm :

 

FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JAN 2013) (DEVIATION)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011)
FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003)
DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (FEB 2013)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008)

 

Additional FAR and DFARS clauses required by the regulations will be included.
Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.

Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time.  Please allow extra time if you are sending your quote by electronic means.

 

WHILE EMAIL IS A CONVENIENT METHOD OF COMMUNICATION,IT IS NOT 100% RELIABLE.  IT IS INCUMBENT UPON THE SENDER THAT THE MESSAGE IS DELIVERED/READ.  DMA CONTRACTING CANNOT BE HELD RESPONSIBLE FOR EMAIL DELIVERY ISSUES.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Mar 2015 at 7 PM
Media Pennsylvania 22 Jan 2014 at 5 PM
Taylor Pennsylvania 24 Aug 2013 at 6 PM
Taylor Pennsylvania 18 Sep 2013 at 7 PM
Irvine California Not Specified

Similar Opportunities

Offutt air force base Nebraska 14 Jul 2025 at 4 PM
Location Unknown 11 Jul 2025 at 7 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 8 PM