The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office (LCRO) located in Boulder City, Nevada has a requirement to purchase twenty-five (25) Submersible Passive Integrated Transponder (PIT) Scanners. This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included.
(i) 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; proposals are being requested and a written solicitation will not be issued.
(ii) This requirement is being issued as solicitation no. R15PS01041. This solicitation is issued as a
Request for Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-82.
(iv) This requirement is not a set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard for NAICS Code 334511 is 750 employees.
(v) Contract Line Item Numbers:
Line item 00010: Submersible PIT Scanners, Quantity: 15 each
Line item 00020: Submersible PIT Scanners, Quantity: 10 each
A total of 25 scanners are being purchased. Quantities are split up between two lines due to internal funding issues.
(vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver twenty-five (25) submersible PIT scanners, in accordance with the specifications (Attachment 1). The Specifications provide more detailed information about the requirement and are attached to the RFQ.
(vii) Delivery date for this requirement is July 24, 2015 (preferably sooner if possible). Place of delivery is Bureau of Reclamation, Lower Colorado Region, 500 Date Street Boulder City, NV 89005. Shipping must be free on board (FOB) Destination.
The following clauses and provisions are applicable to this commercial item acquisition:
(viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items
(ix) FAR Provision 52.212ÿ2 is not applicable to this RFQ. Determination of award will be based on the lowest priced after all required specifications are meet, responsive quote from a responsible offeror.
(x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items
Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/.
(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Governmentÿs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3, Convict Labor
52.222ÿ19, Child LaborÿCooperation with Authorities and Remedies
52.222ÿ21, Prohibition of Segregated Facilities
52.222ÿ26, Equal Opportunity
52.222ÿ36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223ÿ18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-3, Buy AmericanÿFree Trade AgreementsÿIsraeli Trade Act ÿ Alternate I
52.225ÿ13, Restrictions on Certain Foreign Purchases
52.232ÿ33, Payment by Electronic Funds Transferÿ System for Award Management
(xiii) Additional contract requirements include the following clauses and provisions:
52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
52.204-13, System for Award Management Maintenance
52.242ÿ15, StopÿWork Order
52.252ÿ06, Authorized Deviations in Clauses
Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP)
(xiv) Not applicable.
(xv) All questions shall be submitted via email to Leslie Dieguez at
[email protected] no later than Wednesday, May 27, 2015, by 12:00 P.M., local time.
Offers are due Monday, June 1, 2015 by 2:00 P.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to
[email protected].
*Note - the quote must address how the product meets the required specification.
This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included.
(xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at
[email protected], or by phone at 702-293-8369.
Bid Protests Not Available