Federal Bid

Last Updated on 18 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Guam

Trimble R8 GPS Package

Solicitation ID F1C0RH3212A003
Posted Date 20 Aug 2013 at 11 PM
Archive Date 18 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5240 36 Cons Lgc
Agency Department Of Defense
Location Guam United states
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; quotes are being requested and a written solicitation will not be issued. Solicitation F1C0RH3212A003 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This procurement is Full and Open Competition IAW FAR 6.101. The NAICS code is 334220 and the small business size standard is 750 EMP. The following commercial items are requested:

CLIN 0001 - 2 EA Trimble R8-4, internal 430-450 MHz radio; Includes: Antenna 5" Whip - TNC 410-470MHz Radio; Rover Kit; Base - Base & Rover Transport Case (R8 GNSS/R6/R4); Warranty Activation Card; FRU - Receiver R8 Model 4 w/ -64 Radio; Receiver Charging Bundle; R8 Transmit Upgrade (TX/RX)

CLIN 0002 - 2 EA CU - TSC2 w/SC, no internal radio

CLIN 0003 - 6 EA Li-ion 2.6Ah, 7.4V 19.2 Wh Batteries

*ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM:

554 Red Horse Squadron
Bldg 61313
Andersen AFB, Guam 96929.

Submit your quote via email to Joshua Boak at email: [email protected] or to A1C Vincent Perry at email: [email protected] as an alternate.
Responses to this RFQ must be received via e-mail not later than 4:30 PM EST on Tuesday, 03 September 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt.
All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted.

Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed.

The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items; 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); 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 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; 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; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS). Subject to funds availability.

All quotes, questions, and any requests for more information must submitted in writing and be sent to Joshua Boak at email: [email protected] or to A1C Vincent Perry at email: [email protected] as the alternate point of contact.

 

Bid Protests Not Available