Federal Bid

Last Updated on 06 Sep 2014 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Navistar Defense Diagnostic Tool

Solicitation ID FA4608-14-Q-0054
Posted Date 11 Aug 2014 at 2 PM
Archive Date 06 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location United states
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-0054, 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 2005-74 effective 30 May 2014). This procurement is a 100% Small Business Set Aside. The NAICS code is 511210 and the small business size standard is $38.5 Million. 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 Central Contractor Registration database. (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:

CLIN 0001: Complete on Highway Premium Package. Dell Latitude E6240 XFR with DVD drive, Mil-STD-810G, IP-65, Mil-STD-461F, and UL164(1) standards. To include the following software and items: Cummins INSTIE diagnostic software, Nexiq OBDII/LMT software, Nexiq OBDII adaptor cable, Detroit Diesel DDDL diagnostic software, Navistar ServiceMaxx software, Navistar Diamond Logic Builder software, Navistar Instrument Panel Cluster software, Vovo/Mack premium Tech Tool software, Bendix Acom, WABCO Toolbox, Allison DOC for PC, Haldex PLC ABS software (March 2001 - Present) includes adaptor, ZF-Meritor Transoft software (SureShift, freedom Line), Freightline Service Link, Deutz Serdia (300007) Support, Izuzu Diagnostic Software, Nexiq USB-Link Vehicle communication interface, Navistar Services SW Install, configure, registration and validation, Annual Technical Support, Level 1, Navistar Defense Smart launcher software, Storm HPX storage case, black, 18"x13"x6.7", watertight, and cubed foam for Storm Case.
QTY: 1/EA

CLIN 0002: Off Road Cable Package
QTY: 1/EA

CLIN 0003: Yearly Update
QTY: 1/EA

CLIN 0004: Freight
QTY: 1/EA

Note: This requirement is being solicited as a brand name or equal. Items being submitted as "or equal" must have specs sent in with offer.

Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: technical acceptability; 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 shall 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:

52.204-7 System for Award Management (Jul 2013)
52.204-13 Central Contractor Registration Maintenance (Dec 2012)
52.207-4 Economic Purchase Quantity

52.211-6 Brand Name or Equal (Aug 1999)
52.212-1 Instructions to Offerors - Commercial Items (FEB 2012)
52.212-2 Evaluation - Commercial Items (Jan 1999)
52.212-3 Offerer Representations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items

52.219-6 Notice of Total Small Business Aside (Nov 2011)
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity Veterans
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793).
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking Persons
52.223-6 Drug Free Workplace
52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
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
52.247-34 FOB Destination
52.252-2 Clauses Incorporated by Reference


Applicable DFARS clauses included:

252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials. (Nov 2011)
252.204-7004 Alt A, Central Contractor Registration (MAY 2013)
252.211-7003 Item Identification and Valuation
252.232-7010 Levies on Contract Payments (Dec 2006)


The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 PM (CST), 22 August 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 Amanda Barnes at (318) 456-3294. 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 Amanda Barnes, Contracting Specialist, at (318) 456-6889, [email protected] or Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].

This document is not legally binding and does not commit the US Government in anyway and will be awarded pending the availability of funds.

Bid Protests Not Available

Similar Past Bids

Scott air force base Illinois 20 Sep 2014 at 9 PM
Location Unknown 26 Oct 2010 at 7 PM
Missouri Not Specified
Colorado 22 Jan 2022 at 5 AM
Colorado 22 Jan 2022 at 5 AM

Similar Opportunities

Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)