Federal Bid

Last Updated on 10 Nov 2019 at 8 PM
Combined Synopsis/Solicitation
Scott air force base Illinois

URC-200 Transceivers

Solicitation ID W91SMC-19-Q-2611
Posted Date 23 Apr 2019 at 9 PM
Archive Date 22 May 2019 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m6 Uspfo Activity Ilang 126
Agency Department Of Defense
Location Scott air force base Illinois United states 62225

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W91SMC-19-Q-2611 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-83 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being set-aside 100% for SMALL BUSINESS. The North American Industrial Classification System Code is 334290 with a size standard of 750.


REQUIREMENT:

The 126th Contracting Squadron, Scott AFB, IL intends to issue a contract/purchase order for General Dynamics URC-200 Transceivers and accessories.  This is a Brand Name request.  All work should be in accordance with (IAW) the Statement of Work (SOW), Air to Ground Radios, SOW, date 23 Apr 19, 2 pages.

CLIN0001 URC-200 V2 Transceiver, 3 ea

CLIN0002 400-420 MHz Enhancement Module, 3 ea

CLIN0003 External Speaker, 3 ea

CLIN0004 Speaker Cable, 3 ea

BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.

 

The following factors will be used to evaluate the quotes: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.


This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.

 

Quotes are due no later than 04:00 P.M. CDT, 7 May 2019. Quotes can be emailed to [email protected].

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.

APPLICABLE CLAUSES/PROVISIONS:

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 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.211-6, Brand Name or Equal 

FAR 52.212-1, Instructions to Offerors – Commercial Items

FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision)

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

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 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

FAR 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 252.230-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.225-7001, Buy American and Balance of Payments Program

DFARS 252.225-7031, Secondary Arab Boycott of Israel

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

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.247-7023, Transportation of Supplies by Sea

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 

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

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

52.219-6, Notice of Total Small Business Set-Aside 

52.219-28, Post-Award Small Business Program Representation

52.222-3, Convict Labor

52.222-19, Child Labor 

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers with Disabilities 

52.222-37, Employment Reports on Veterans

52.222-41, Service Contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-50, Combating Trafficking in Persons

52.222.53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33 Payment by Electronic Funds Transfer - System for Award Management

 

Contracting Office Address: 

126 Air Guard Way, Bldg 5000

Scott AFB, IL 62225

 

Primary Point of Contact:
TSgt Jamie Aguilar 618-222-5116
[email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Sep 2018 at 7 PM
Edwards California 10 Jun 2021 at 7 PM
Edwards California 24 Aug 2002 at 5 AM
Location Unknown 26 May 2015 at 11 PM
Louisville Kentucky 31 Jul 2013 at 7 PM

Similar Opportunities