Federal Bid

Last Updated on 12 Dec 2013 at 3 PM
Combined Synopsis/Solicitation
Mission South dakota

Psion Teklogix 7535 handheld battery

Solicitation ID SP3300-11-Q-0076
Posted Date 23 Feb 2011 at 7 PM
Archive Date 12 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Distribution
Agency Department Of Defense
Location Mission South dakota United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is issued as a request for quote, solicitation number SP3300-11-Q-0076.
The DLA Information Operations New Cumberland has a current requirement to provide Psion Teklogix batteries to DLA Information Operations at Norfolk Virginia, DDNV. The battery packs will replace those that have reached their end of life cycle on the Psion Teklogix Radio Frequency Scan Guns.

Synopsis SP3300-11-Q-0074 for the quantity of 400, 7535 Psion Teklogix Handheld Batteries was synopsized as a sole source requirement. Authorized resellers of this item have been discovered and therefore SP3300-11-Q-0074 will be cancelled and solicited as a competitive Combined Synopsis/Solicitation under SP3300-11-Q-0076.

This is an unrestricted acquisition for vendors that can provide Psion Teklogix 7535 1900 MAH LI-ION Battery to meet the requirements specified. The NAICS code is 334112. The size standard is 1000 employees.

This is a brand name requirement. Psion Teklogix's 7535 1900 MAH LI-ION batteries are the only compatible source to the current system operating in our DDC Depots. This current system is from Psion Teklogix and is a standard across DDC depots.

See Attachment #1 schedule of supplies and services for CLIN identification.

Offerors shall provide a firm fixed unit price for each CLIN and the total amount inclusive of shipping cost FOB destination. Delivery is required 30 days after receipt of order to DLA Distribution Norfolk Virginia, Building W-143, Driveway 17, Receiving Officer (DDNV), Norfolk, VA 23512-5100.

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48 effective 31 January 2011, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice DPN 20110202 effective 02 February 2011, and Defense Logistics Agency Directive (DLAD) current to revision 5 and PROCLTR 2010-40. The complete text of the clauses and provisions in this notice may be accessed in full text at http://farsite.hill.af.mil.

The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text:

FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards.

FAR 52.212-2 Evaluation - Commercial Items; Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet the delivery requirements for this brand name procurement.


FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply:
The following clause is herby referenced by full text:
FAR 52.211-9 - Desired and Required Time of Delivery (Jun 1997)
(a) The Government desires delivery to be made according to the following schedule:

DESIRED DELIVERY SCHEDULE

ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT
0001 400 21
If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows:

REQUIRED DELIVERY SCHEDULE

ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT
0001 400 30
Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply.



OFFEROR'S PROPOSED DELIVERY SCHEDULE
ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT

(b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.
(End of Clause)
DLAD 52.233-9000 Agency Protest (SEP 1999)

Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.
(End of Provision)

DLAD 52.233-9001 Disputes: Agreement to use Alternative Dispute Resolution (ADR) (JUN 2001)

(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.

(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.

(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.
(End of Provision)

The following clauses are incorporated by reference:

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply:

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration
FAR 52.247-34 FOB Destination

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:

FAR 52.203-3 Gratuities
DFARS 252.225-7012 Preference for Certain Domestic Commodities
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.243-7002 Request for Equitable Adjustment
DLAD 52.247-901 Requirements for Treatment of Wood Packaging Material (WPM).

These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document.

QUOTE SUBMISSION INSTRUCTIONS:
Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.

1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS (Attachment #1); (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this announcement).

2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.

All questions and inquiries should be addressed via email to joshua.bell @dla.mil. Request for Quote Number SP3300-11-Q-0076. Prices and representations/certifications are required NLT 1:00 PM EST on March 9, 2011. This information should be submitted to the above email address or faxed to 717-770-7591.

NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database in accordance with FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: www.ccr.gov.

Bid Protests Not Available

Similar Past Bids

Mission South dakota 23 Feb 2011 at 7 PM
Mission South dakota 30 Mar 2011 at 11 AM
Center Kentucky 18 Aug 2009 at 7 PM
Location Unknown 30 Jun 2011 at 12 PM
Washington 23 Aug 2012 at 6 PM

Similar Opportunities

Washington 24 Dec 2025 at 5 AM
Winnett Montana 28 Jul 2025 at 7 PM