SOF Radio
(1) 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 anno... (1) 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. Proposals are requested and a written solicitation will not be issued. (2) This solicitation/synopsis reference number is W912L2-19-Q-6021 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, Dated 13 AUG 2019. (4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334220 with a 1,250 Employee size standard. (5) Contractors shall submit a lump sum quote based on the below CLIN along with an in depth breakdown of costs. A breakdown of costs is mandatory. All responsible sources may submit a quote, which shall be considered. A firm fixed price one time purchase order is contemplated. CLIN 0001 Description - Rockwell Collins Ground Station Radio System Refer to attachment 001 for required system capabilities and breakdown of required sub-components/items to be provided. Unit - Kit Qty - 1 FFP FOB: Destination Unit Price $___________ Total Price: $___________ (6) Delivery Terms: FOB Destination Not to exceed 45 calendar days after receipt of award. Delivery Address: MSgt Matt Smith 6620 S Air Guard Way Tucson, AZ 85706 (7) The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.202-1 - Definitions FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.204-22 - Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 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 52.212-1 - Instructions to Offerors FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 Dev - Notice of Total Small Business Aside (Deviation 2019-O0003) FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Equal Opportunity for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act - Supplies FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 - Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes - Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-1 - Termination for Convenience of the Government (Fixed-Price) (Short Form) DFARS 252.203-7000- Requirements relating to Compensation of Former DOD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DOD Officials. DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003 Item Unique Identification and Valuation 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 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items (8) The following additional provisions and clauses are applicable to this procurement. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government intends to award one firm fixed priced purchase order to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated. A proposal that is incomplete will not be considered for award. The following factors shall be used to evaluate offers. FACTOR 1 - Price - The proposed prices shall be evaluated for completeness, and reasonableness. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (NOTE: The 162d Wing is subject to 50% Arizona Transaction Privilege Tax. Please include applicable taxes with your quote) FACTOR 2 - Technical capability of the item offered to meet the Government requirement - The proposed product(s) must effectively meet or exceed the technical specifications, functional and performance characteristics listed in the CLIN description. Factors other than price when combined are approximately equal when compared to price (b) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Note: In Accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must: 1. Have adequate financial resources to perform the contract, or the ability to obtain them 2. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. Have a satisfactory performance record. 4. Have a satisfactory record of integrity and business ethics 5. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7. Be otherwise qualified and eligible to receive an award under applicable laws and regulations. The Government reserves the right to further verify contractor responsibility using any sources available including, but not limited to: • Federal Awardee Performance and Integrity Information System (FAPIIS) • System for Award Management (SAM) • Supplier Performance Risk System (SPRS) • Other Publically Available Information (End of Provision) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS Lack of active SAM registration will preclude contract award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): https://www.acquisition.gov/ FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/ FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) (9) Any questions must be emailed to usaf.az.162-wg.list.msg-msc@mail.mil no later than 3:30 PM AZ time on 7 Sep, 2019. Any responses shall be posted as an amendment to this solicitation by 3:30 PM AZ time on Tuesday, September 10, 2019 (10) All responsible sources may submit a quote via email to: usaf.az.162- wg.list.msg-msc@mail.mil Suspense for receipt of quote 3:30 PM Mountain Time, September 12th 2019 Requests should be marked with solicitation number W912L2-19-Q-6021.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »