Federal Bid

Last Updated on 05 Oct 2012 at 8 AM
Combined Synopsis/Solicitation
Dyess air force base Texas

RFID Toolbox

Solicitation ID F1RT2B2240A001-RFID
Posted Date 17 Sep 2012 at 2 PM
Archive Date 05 Oct 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4661 7 Cons Cd
Agency Department Of Defense
Location Dyess air force base Texas United states
This is a combined synopsis and solicitation for the following commercial items:

Tool Scanning Service (50 Ea)
Drawer Layout Design Service (30 Ea)
Drawer Special Foam Itelmatic ready for tool box. L 60" x H 58" x W 27" to store up to 25 items (24 Ea)
Drawer Special Foam Itelmatic ready for tool box. L 38" x H 36" x W 24" to store up to 20 items (6 Ea)
Itelmatic HF RFID Tag (100 Ea)
Itelmatic HF Reader w/ Bridge (35 Ea)
Itelmatic HUBS V3 (15 Ea)
Installation Service (3 Ea)

This synopsis and solicitation is 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 is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F1RT2B2240A001. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) IAW FAR 52.204-7. The Government requires new, unused, non-refurbished probucts only.This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 332439, Size Standard 500 Employees, applies to this procurement. FOB: Destination for delivery to 317 AMXS.

Clauses incorperated by full text.

52.204-99 -- System for Award Management Registration (DEVIATION
System for Award Management Registration (August 2012) (DEVIATION)
(a) Definitions. As used in this clause-
"Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government.
"Commercial and Government Entity (CAGE) code" means-
(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code."
"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
"Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.
"Registered in the SAM database" means that-
(3) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database;
(4) The Contractor's CAGE code is in the SAM database; and
(5) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process.
"System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes-
(6) Data collected from prospective federal awardees required for the conduct of business with the Government;
(7) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and
(8) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations , or by the Government Accountability Office.
(b)
(9) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(10) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4.
(11) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM.
(b) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
(1) A contractor may obtain a DUNS number-
Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.
(2) The Contractor should be prepared to provide the following information:
Company legal business name.
Tradestyle, doing business, or other name by which your entity is commonly recognized.
Company physical street address, city, state and Zip Code.
Company mailing address, city, state and Zip Code (if separate from physical).
Company telephone number.
Date the company was started.
Number of employees at your location.
Chief executive officer/key manager.
Line of business (industry).
Company Headquarters name and address (reporting relationship within your entity).
(c) Reserved.
(d) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
(e) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(g)
(1)
If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to-
(f) Change the name in the SAM database;
(g) Comply with the requirements of subpart 42.12 of the FAR; and
(h) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.
(h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

(End of Clause)

The provisions that apply to this solicitation are as follows:

FAR 52.212-1, Instructions to Offerors-Commercial
FAR 52.212-2, Evaluation-Commercial Items
FAR 52.212-3, Offeror Representations and Certificates
FAR 52.252-1, Solicitation Provisions Incorporated by Reference

The clauses that apply to this solicitation are as follows:

- FAR 52.211-6, Brand Name or Equal /Salient Features
- FAR 52.212-4, Contract Terms and Conditions-Commercial Items
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited)
- FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
- FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- FAR 52.219-3, Notice of Total HUBZone Set-Aside or Sole Source Award
- FAR 52.219-8, Utilization of Small Business Concerns
- FAR 52.219-28, Post Award Small Business Program Representation
- FAR 52.222-3, Convict Labor
- FAR 52.222-19, Child Labor
- FAR 52.222-21, Prohibition of Segregated Facilities
- FAR 52.222-26, Equal Opportunity
- FAR 52.222-35, Equal Opportunity for Veterans
- FAR 52.222-36, Affirmative Action for Workers with Disabilities
- FAR 52.222-37, Employment Reports on Veterans
- FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving
- FAR 52.225-13, Restrictions on Certain Foreign Purchases
- FAR 52.232-33, Payment by Electronic Funds Transfer
- FAR 52.222-41, Service Contract Act of 1965
- FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference
FAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (The following clauses are cited)
- DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
- DFAR 252.225-7036, Buy American Act -Free Trade Agreements-Balance of Payments Program
- DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
AFFARS 5352.201-9101, OMBUDSMAN
AFFARS 5352.223-9001, Heath and Safety on Government Installations
AFFARS 5352.242-9000, Contractor Access to Air Force Installations

 

All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 18 September 2012.

All quotes must be faxed to 325-696-4078 attn: A1C Denzil J Wheat or via email to [email protected] OR A1C Cody Rodriguez via email at [email protected]. For any questions call 325-696-2360 or 325-696-6043 respectively. Quotes are required to be received no later than 02:00 PM CST, Thursday, 20 September 2012..

Bid Protests Not Available

Similar Past Bids

Fe warren air force base Wyoming 13 May 2019 at 9 PM
Fort benning Georgia 08 May 2025 at 11 AM
Ridgecrest California 11 Sep 2018 at 5 PM
Fort benning Georgia 06 May 2025 at 7 PM
Dyess air force base Texas 11 Sep 2009 at 8 PM