Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q19R0038
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional inform...
This is a combined synopsis/solicitation for commercial supplies 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 W9127Q-19-R-0038 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 2019-05, Effective 13 August 2019 and the Defense Federal Acquisition Regulations (DFARS): Class Deviations: 2019-O0010 and O0011, Effective 20 August 2019. The provisions and clauses incorporated into this solicitation are attached separately on the RFQ GPS Word Document. This requirement is being issued as a Small Business Set-Aside. The North American Industrial Classification System Code is 334220 with a standard size of 1,250 employees. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order. The needed supplies are six (6) Trimble Geo 7 Series Premium Centimeter Kit with the TerraSync Centimeter Edition Update (see attached J&A). An update to the GPS Pathfinder Software that the GPS units use must be provided. In accordance with FAR 52.211-6, Product must be Brand Name or Equal. Salience is required and is on the burden of the vendor. Vendor must submit documentation (i.e. specifications documents) for products being submitted as "Equal". The minimum/salient characteristics of the device are the following: Minimum/Salient Characteristics • Six (6) GPS units • Must be a handheld GPS system • Must have a rechargeable, removable Lithium Ion Battery • Must have a Display and Touch Panel • Touch Panel Must have a Light Filter • Must Be Able to Run Pathfinder Officer Software • Must have Windows Enterprise Hand Held 6.5 Operating System • Touch Panel must have a light filter • Brightness of screen must be at least 280cd/m2 • Centimeter- level real-time accuracy (1-100 cm GNSS Accuracy) • Must include a Rangefinder Module • Built In Camera (5MP) with Geo-Tagging Capability Real-Time Map Data • Must have integrated dual-mode cellular modem • Must be able to be used in extreme temperatures • Must be able to withstand high humidity • Must be able to operational at 29,000 ft. • Systems Requirements • Memory must be at least 4 GB user memory with SD Slot (up to 32 GB) 256 MB RAM • Minimum 1.0 GHz Processor • Must be have a color touch screen • Each of the six (6) devices must have the GPS Pathfinder Software updated Shipping Address is the following: JOINT FORCES HQ- MISSISSIPPI ATTN: LINDSEY MURPHY 1410 RIVERSIDE DRIVE JACKSON, MS 39202 Please submit quote that includes the GPS units, the software update, and delivery terms totaled on One CLIN. Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.222-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 09 SEPTEMBER 2019. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1700; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.