Federal Bid

Last Updated on 06 Feb 2016 at 9 AM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Trimble Geo 7x

Solicitation ID FA8601-16-T-0076
Posted Date 02 Feb 2016 at 3 PM
Archive Date 06 Feb 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states
 

SOLICITATION

This is a Brand Name synopsitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received.  An award, if any, will be made to the responsible offeror whose lowest price quote conforms to the requirements of the solicitation and represents the best value to the Government.

 

This is a Request for Quote (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-86, Effective 01 Feb 2016; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20151230, Effective 30 Dec 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2015-1001, effective 1 October 2015.

 

The NAICS code for this acquisition is 334511, navigation, guidance, aeronautical, and nautical system and instrument manufactuing,  and the associated small business size standard is: 500 employees. 

                                          

Electronic submissions will be accepted at [email protected] by 5 February 2016 by 2:00 PM Eastern

 

Address questions regarding this solicitation to via e-mail at [email protected].

 

This requirement is for 5 Trimble Geo 7x Hand Held units to include warranty, applicable accessories, and required computer software as specified in the attached Requirements document.

 

See attached document titled: "Requirements" for specifications.

 

Delivery Schedule:     6-8 Weeks After Award of Contract

Delivery Destination:   711th HPW, Wright-Pat Labs

                                   Wright Patterson AFB, OH 45433

 

FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)

 

INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination.

 

The following FAR provisions are incorporated into the solicitation.

 

FAR 52.252-1-Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):  http://farsite.hill.af.mil/

 

FAR 52.252-2-Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

 

FAR 52.252-5-Authorized Deviations in Provisions:

(a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

FAR 52.252-6 Authorized Deviations in Clauses.  As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert '(DEVIATION)' after the date of the clause.

AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the date of the clause.

(b) The use in this solicitation or contract of any ______ (Insert regulation name) (48CFR ______)clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the name of the regulation. 

FAR 52.204-7, System for Award Management

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.232-39 Unenforceability of Unauthorized Obligations

FAR 52.232.40, Provinding Accelerated Payments to Small Business Subcontractors

FAR 52.212-1-Instructions to Offerors-Commercial Items

FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I

An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer.  

(b)

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]

If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil.

 

FAR 52.212-4-Contract Terms and Conditions-Commercial Items is incorporated into this solicitation.

 

FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items is incorporated into this solicitation and the resulting contract.  

               

FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards

FAR 52.209-6, Protecting the Government' interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10, Prohibition of Contracting with Inverted Domestn Corporations (May 2012)

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone 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-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers With Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

 

FAR 52.222-22, Previous Contractrs and Compliance Reports

FAR 52.222-25, Affirmative Action Compliance

 

 

The following DFARS provisions are incorporated into the solicitation.

 

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (DEVIATION 2015-00010)

•(a)    In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

•(b)   The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

•(c)    Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign

or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)

DFARS 252.203-7997, Prohibition on Contractig with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-00010)

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safegaurding Coverd Defense Information Controls

DFARS 252.204-7012, Safegaurding of Unclassified Controlled Technical Information

DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7008, Use of Government Assigned Serial Numbers

DFARS 225.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payment Programs

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests 

DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the solicitation and resulting contract. The fill-in portions of this clause will be complete in the award document.

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea, with its Alternate III

 

The following AFFARS provisions are incorporated into the solicitation.

AFFARS 5352.201-9101, Ombudsman

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)

 

Attachments:

•1.      Requirements

•2.      FAR 52.212-3

•3.      FAR 52.222-22

•4.      FAR 52.222-25

•5.      DFARS 252.209-7991

Bid Protests Not Available

Similar Past Bids

Emmett Michigan 16 Nov 2018 at 9 PM
Tinker air force base Oklahoma 23 Oct 2013 at 1 PM
Location Unknown 03 Sep 2015 at 4 PM
Indian head Maryland 05 Feb 2014 at 4 PM
Center Kentucky 13 Sep 2017 at 12 AM

Similar Opportunities

No Similar Opportunities Found