Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-19-Q-0025
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 announce...
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. This solicitation, W912J6-19-Q-0025, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20Dec2018. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 333413 and the small business size standard is 750 EMP. The following commercial items are requested in this solicitation: Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: 75 Each Bose A20 Headsets, Single U174 Plug, High Impedance Headset. Product Code #324843-U030. 8.4" H x 6.3" W x 3.2" D (12 oz) to include Clothing clip, control module, batteries, Aux cable adapter and carrying case for each headset. Must be bluetooth enabled. 1 year standard warranty. CLIN 0002: Shipping FOB Destination Hawaii 96853. It is anticipated that a firm-fixed price purchase order will be awarded for the following items as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. The following provisions are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting with Inverted domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-1, Small Business Program Representations 52.223-5, Pollution Prevention & Right-To-Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34, F.O.B Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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 Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. The following provisions and clauses are incorporated by full text. The full text is found in Attachment #1. DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Quotes are due by 4:00 p.m. local (EST) time on 22 April 2019. Electronic proposals must be submitted via e-mail to SrA Mindy Klask at mindy.k.klask.mil@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SrA Mindy Klask at 808-844-6365 or mindy.k.klask.mil@mail.mil no later than 03 April, 2019 at 4:00 p.m. (EST). Attachments: #1 - Full Text Provisions and Clauses #2- Brand Name Justification