Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912LP-20-Q-1104
Iowa Army National Guard Scan Tool Set W912LP-20-Q-1104 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with addit...
Iowa Army National Guard Scan Tool Set W912LP-20-Q-1104 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, W912LP-20-Q-1104, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective date 08-31-2020. This procurement is Set-Aside 100% for Small Business. The NAICS code is 334515 and the small business size standard is 750 employees. Basis for award Lowest Price Technically Acceptable which meets the Government’s minimum requirements. The following commercial items are requested in this solicitation: The vendor shall provide the following items. These items are all required to work together as a complete set. Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001. Scan Tool Set, Quantity/Unit of Issue: 12 Each The Scan Tool Set shall meet the following minimum requirements: Scan Tool Data cable 110V power adapter Battery pack 12 pin adapter 9 pin Deutsch adapter 6 pin Deutsch adapter 3 pin Deutsch adapter 16 pin OBDII Adapter NATO adapter HMMWV adapter 9 pin CAT adapter Rugged carrying case Screen protector Provide your company’s warranty information Vehicle and equipment diagnostic software including, but not limited to: DDEC Suite Detroit Diesel, MBE CAT ACERT 2.0 International Engines v2.0 Caterpillar Electronic Engines NAVISTAR Maxxforce v3.0 NAVISTAR body and chassis Allison Transmission suite Meritor WABCO suite Bendix air ABS v 2.0 w/TPMS Heavy Duty Standard suite J1708 Heavy duty Standard suite J1939 HMMWV transmission Light and Medium Truck Cummins v 3.0 CLIN 0002. Universal PLC Adaptor, Quantity/Unit of Issue: 12 Each The Universal Power Line Carrier (PLC) should include a road tough 7-pin/12V ABS SAE J560 Heavy Duty Zinc Alloy Metal Plug connector. The process should be priced FOB Destination with a ship to address of CAMP DODGE JOINT MANUVER TRAINING CENTER, BLDG. W-12, Receiving Desk, 7105 NW 70TH AVENUE, JOHNSTON IA 50131-1824 The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors – Commercial The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions – Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036 Alternate II, Buy American – Free Trade Agreement – Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text verbiage is found in Attachment #1, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor’s Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3 Alternate I, Offeror Representations and Certifications – Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation DFARS 252.204-7017, Prohibition of the Acquistion of Covered Defense Telecommunications Equipment or Services – Representation 252.225-7035 Alternate II, Buy American Free Trade Agreement Implementation Act – Balance of Payments Program Certification The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements: Vendors shall submit quotations by completing Attachment #2, Vendor Information and Pricing Schedule. Product specifications/cut sheets Shall be included as an attachment to the quotation. Vendor Shall complete and submit the representations in SAM and/or in attachment #1 to include 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Note: If the certification is already completed in SAM the vendor does not need to re-certify. However, there are some certifications that are not included in the SAM REPS & CERTS). Vendors who do not submit the representation will not be considered for award. Quotations are due at 10:00 a.m. local (central) time on Monday, September 28, 2020. Quotations shall be submitted via e-mail to Mr. Dan Collins at daniel.w.collins.mil@mail.mil. Facsimile quotations will not be accepted. Questions regarding this synopsis/solicitation may be directed to Mr. Dan Collins, Contract Specialist, at (515) 252-4647 or to the email identified above or to Ms. Brenda McKnight, Contracting Officer, at (515) 252-4114, e-mail brenda.m.mcknight.civ@mail.mil by no later than Friday, 25 Jul 2020 to allow time to reply and post an amendment if applicable. Attachments: #1 – Full Text Provisions and Clauses #2 – Contractor Information and Pricing Schedule