David Clark Adapter #40619G-05
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional info... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671222Q0002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-07. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. The NAICS code is 334290 and the Small Business Standard is 750 Employees. PER FAR FAR 13.106-1(b)(1), THIS REQUIREMENT IS BEING SOLE SOURCED TO DAVID CLARK COMPANY INC AS THEY ARE THE ONLY PROVIDER OF THIS PART. C-17 Air Force Technical Order 8D2-3-1 directs the use of this equipment (see attached justification). Per FAR 5.207(c)(16)(i), All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The deadline for submission of questions relating to this solicitation is Wednesday August 31st 2022 2pm E.S.T. The deadline for quotes relating to this requirement is September 6, 2022 2pm. E.S.T. Quotes received after this deadline will not be accepted. Section B Schedule of Supplies: 0001: David Clark Company Headset Adapter, p/n 40619G-05, QTY: 1600001: David Clark Company Headset Adapter, p/n 40619G-05, QTY: 60 EVALUATION FACTORS: In accordance with FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999), the Government intends to issue a sole-source award to David Clark Company Inc based on the attached justification. Should a responsible source submit a quote accepted by the government, evaluation factors will be published in an amendment to this notice. Section C FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows: - 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations - 52.219-28, Post-Award Small Business Program Representation (Jul 2013) - 52.222-3, Convict Labor - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-50, Combating Trafficking in Persons - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management DFARS CLAUSES AND PROVISIONS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7012, Preference for Certain Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions AFFARS CLAUSES 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.201-9101 - Ombudsman (JUN 2016) Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close Sept 6, 2022, 2pm E.S.T. The Point of Contact for this solicitation is Paul Davisson who can be reached at 412-474-81240 or email paul.davisson@us.af.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Quotes shall be sent via email to paul.davisson@us.af.mil All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Data sourced from SAM.gov.
View Official Posting »