This is a request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and the Defense Federal Acquisition Supplement, current to DPN 20130808. The North American Classification System Code is 517110 and 334290 and the small business size standard is 1500 and 750 respectively. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not registered in the System Award for Management (SAM) as a small business concern under the NAICS codes shall be considered non-responsive and will be rejected.
Requirement:
1st Radio Bn, Marine Corps Base Camp Pendleton, CA has a requirement for a radio kit to operate the radios on their LAVs.
CLIN 0001: MOUNTING KIT
Qty: 1 EA
Part number: 03011A0200-01
CLIN 0002: CABLE ASSEMBLY, RF, HF ANT, (W262)
Qty: 1 EA
Part number: 03011A2624-01
CLIN 0003: CABLE ASSEMBLY, RF, VHF OMNI ANT (LEFT)(W263)
Qty: 1 EA
Part number: 03011A2634-01
CLIN 0004: CABLE ASSEMBLY, RF, RADIO (W267)
Qty: 1 EA
Part number: 03011A2674-01
CLIN 0005: CABLE ASSEMBLY, RF, RADIO (W267)
Qty: 1 EA
Part number: 03011A2674-02
CLIN 0006: CABLE ASSEMBLY, RF, RADIO (W268)
Qty: 1 EA
Part number: 03011A2674-03
CLIN 0007: CABLE ASSEMBLY, RF, RADIO (W285)
Qty: 1 EA
Part number: 03011A2674-04
CLIN 0008: CABLE ASSEMBLY, RF, HFIU (W280)
Qty: 1 EA
Part number: 03011A2804-01
CLIN 0009: CABLE ASSEMBLY, RF, HF RADIO (W284)
Qty: 1 EA
Part number: 03011A2844-01
CLIN 0010: CABLE ASSEMBLY, OPERATOR INTERFACE (OP2) (W363)
Qty: 1 EA
Part number: 03011A3624-02
CLIN 0011: CABLE ASSEMBLY, KEYBOARD DISPLAY UNIT (W372)
Qty: 1 EA
Part number: 03011A3724-01
CLIN 0012: CABLE ASSEMBLY, CONTROL, EVAPORATORS (#1) (W373)
Qty: 1 EA
Part number: 03011A3734-01
CLIN 0013: CABLE ASSEMBLY, ADAPTER, GPS POWER (W375)
Qty: 1 EA
Part number: 03011A3754-01
CLIN 0014: CABLE ASSEMBLY, ADAPTER, GPS ANTENNA (W377)
Qty: 1 EA
Part number: 03011A3774-01
CLIN 0015: CABLE ASSEMBLY, CONTROL, HF RADIO (W379)
Qty: 1 EA
Part number: 03011A3794-01
CLIN 0016: MOUNT, RADIO TO HULL, (W487) 117 RADIO MOUNT
Qty: 1 EA
Part number: 03011A4604-09
CLIN 0017: MOUNT, RADIO TO HULL, (W467 HF RADIO MOUNT
Qty: 1 EA
Part number: 03011A3624-08
CLIN 0018: MOUNT, HF AMP TO HULL, (W472) HF AMP
Qty: 1 EA
Part number: 03011A4604-13
CLIN 0019: LAPTOP WORKSTATION 2-3 ASSEMBLY
Qty: 1 EA
Part number: 03011C4104-01
CLIN 0020: EVAPORATOR, W463 EVAPORATOR #1 TO HULL
Qty: 1 EA
Part number: 03011A4604-04
CLIN 0020: EVAPORATOR, W465 EVAPORATOR #2 TO HULL
Qty: 1 EA
Part number: 03011A4604-06
Evaluation:
The Government intends on issuing a firm fixed price purchase order to the offeror that represents the Lowest Price Technically Acceptable (LPTA). The following will be considered when determining the technical acceptability: adherence to the required items
**award will be made on ALL OR NONE basis*****
The Government reserves the right to award no contract at all, depending on the quality of offers submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met.
Submission of Quotes
Quoters responding to this announcement must have an active registration in the System for Award Management (SAM) to be eligible for award (NO EXCEPTIONS). This includes providing all the information contained in 52.212-3, Offeror Representations and Certifications in their SAM profile. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. For information on registering in SAM, visit www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow to submit invoices and receive payment, register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil.
considered for award. A quotation for this request shall be submitted via email or facsimile to the following:
Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them.
Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
Email to: [email protected]
OR
Hand carried to/ Priority mailed to:
Regional Contracting Office
Bldg 22180
MCB Camp Pendleton, CA 92055.
Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Sep 16th, 2013, at 11:00 a.m. Pacific Standard Time.
The following FAR Clauses/Provisions apply:
52.212-1, Instructions to Offerors - Commercial Items;
52.212-2, Evaluation - Commercial Items, evaluation factors will be LPTA;
52.212-3, Offeror Representations and Certifications - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items incorporating:
52.219-6, Notice of Total Small Business Set-Aside;
52.219-13, Notice of Set-Aside of Orders;
52.219-28, Post Award Small Business Program Rerepresentations;
52.222-3, Convict Labor;
52.222-19, Child Labor
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers with Disabilities;
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving;
52.225-13, Restrictions on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer - System Award for Management
52.219-1, Small Business Program Representations;
52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html
52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html
The following DFAR Clauses also apply:
252.203-7002 Requirement to Inform Employees of Whistleblower Rights;
252.204-7004 Alt A, System Award for Management
252.204-7008, Export-Controlled Items;
252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
252.225-7001, Buy American Act and Balance of Payments Program;
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
252.223-7008, Prohibition of Hexavalent Chromium;
252.232-7006, Wide Area Workflow Payment Instructions:
Pay Official DoDAAC: M21570
Admin DoDAAC: M00681
Issue By DoDAAC: M00681
Ship To Code: M21570
Service Acceptor: M21570
252.232-7010, Levies on Contract Payments;
252.243-7001, Pricing of Contract Modifications;
Point of Contact:
Direct all questions regarding the RFQ to:
Regional Contracting Office MCIWEST-MCB
ATTN: SSgt Drew Rontti ([email protected])
BOX 555027
CAMP PENDLETON, CA 92055
Phone: 760-725-8453