Federal Bid

Last Updated on 24 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

TIL Radio (Borsight)

Solicitation ID W9127Q-19-R-0030
Posted Date 23 Aug 2019 at 3 PM
Archive Date 24 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nh Uspfo Activity Msang 186
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. W9127Q-19-R-0030 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, 13 Aug 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190809 (Effective 09 Aug 2019). It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334220, size standard 1250 employees. Description of Requirement:
The 186 Air Refueling Wing requires the following items, Brand Name:

CLIN 0001: TDFM9300-P93050 TIL RADIO (BORSIGHT)
QTY: 1 Each

CLIN 0002: IN9000 TIL TDFM9000/9200/9300 INSTALL KIT 129292
Kit to include: (1 EA 205559-2 SUB-D 25 SOCKET, 1 EA 5205718-1 BACKSHELL 25 PIN, 4 EA 5205980-1 RETAINER KIT, 1 EA 1757823-7 SUB-D 15 PIN, 2 EA 1757824-7 SUB-D 15 SOCKET, 6 EA 5225395-6 BNC PLUG DUAL, 3 EA 5206478-1 SUB-D BACKSHELL)
QTY: 1 EACH

CLIN 0003: PC9000 TIL PC CABLE TDFM9000'S SERIES 127499 TYPE III MODULES
QTY: 1 EACH

CLIN 0004: KVL9000 TIL KEYLOADER CBL FOR TDFM9000 127500 TYPE III MODULES
QTY: 1EACH


**BRAND NAME ITEMS ARE REQUIRED DUE TO TRAINING ENVIRONMENT STUDENTS WILL BE UTILIZING EQUIPMENT IN. ITEMS MUST BE IDENTICAL TO EQUIPMENT USED IN REAL WORLD AIRCRAFT TO ENSURE PROPER TRAINING. BRAND NAME JUSTIFICATION AND APPROVAL IS ATTACHED IN THIS SOLICITATION. **

***ALL ITEMS MUST BE NEW AND COVERED BY MANUFACTURERS WARRENTY. REFURNISHED ITEMS NOT AUTHORIZED. ***

Delivery requirement: 60 days ARO, FOB Destination to 186 ARW Meridian, MS.

Quote Information: Quotes must be submitted and received no later than 3:00 PM Central 9 September 2019. Quotes may be e-mailed to the attention of P.O.C.s listed below.

Contact Information: BUYER: SSgt Jared Garner EMAIL: [email protected]

Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov.

PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil.

FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, delivery, and technical acceptability of all items are the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR, 52.219-28, Post-Award Small Business Program Representation 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 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging 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-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.milFAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION)DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION)DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items

Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.


Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified
Georgia Not Specified

Similar Opportunities

Oklahoma 11 Jul 2025 at 4 AM (estimated)
Oklahoma 11 Jul 2025 at 4 AM (estimated)
Louisville Tennessee 15 Jul 2025 at 2 PM
Mechanicsburg Pennsylvania 01 Aug 2025 at 8 PM
Olive branch Mississippi 28 Jul 2025 at 7 PM