SOLICITATION NOTICE
58 -- Headphone Adapters
- Notice Date
- 8/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-08-T-0037
- Archive Date
- 9/17/2008
- Point of Contact
- Vickey E. Spain,, Phone: 9104326145, Barbara L Bowles,, Phone: 910-432-8598
- E-Mail Address
-
vickey.spain@soc.mil, bowlesb@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Special Operations Command, Fort Bragg, North Carolina, has a requirement for headphone adapters that are compatible with the existent Bose intercom systems installed in its current tactical vehicles. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes shall reference Request for Quotation number H92239-08-T-0037. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26 effective 12 June 2008. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 334310. Size Standard is 750 employees. This requirement is 100% set aside for small business and only qualified offerors may submit quotes. REQUIREMENT: The Contractor shall provide headphone adapters that will allow the user to utilize the Sordan and Peltor headset with both the radio and the Bose intercom system. The adapter will be incorporated into existing systems that support tactical communication requirements in tactical vehicles. The fixed quantity required is 697. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICETOTAL AMOUNT 0001Headphone Adapters697Each FFP The Contractor shall provide a minimum of 697 adapters meeting the specifications identified herein. This will be purchased upon contract award. FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002Headphone Adapters100Each FFP This CLIN may be used to purchase up to 100 additional adapters. The requirement for additional items is forecasted but currently unfunded. This CLIN will only be funded if it is determined to be in the best interest of the Government. The contractor will be formally notified and funding will be provided via modification to the contract. Items ordered under this CLIN will be ordered within one year of the date of award and represent the maximum quantity available under this contract. FOB: Destination SPECIFICATIONS: The specifications of the equipment include: 1.Adapter Cable shall have a 2/3 Position Toggle Switch to change from hot microphone with a VIC-3 intercom and the ability to push to talk on the PRC-148 radio. 2. Adapter Cable shall be coiled and extend to 6 feet when uncoiled. 3. Adapter shall be compatible with Sordan/Peltor headset. 4. Adapter shall have remote finger and palm PTT’s. 5. Adapter shall operate in temperatures up to 150 degrees Fahrenheit. 6. Adapter shall be Army aviation intercom system compatible. 7. Adapter shall provide rapid transition between mounted and dismounted operations. 8. Adapter shall be able to connect with Y interface adapter. 9. Adapter Transport Bag is optional. DELIVERY TERMS: FOB Destination NLT 30 days from date of award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. It is the contractor’s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. 52.211-15 Defense Priority And Allocation Requirements (Apr 2008) 52.212-1 Instructions to Offers-Commercial Items (Feb 2007) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2008) 52.216-22 Indefinite Quantity (Oct 1995) 52.217-5 Evaluation Of Options (Jul 1990) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2008) 52.222-37 Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-21 Prohibition Of Segregated Facilities (Feb 1999) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations In Clauses (Apr 1984) 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007) 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items (Apr 2007) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Mar 2008) 252.225-7001 Buy American Act And Balance Of Payments Program (Jun 2005) 5652.204-9003 Disclosure of Unclassified Information (2006) 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use (Apr 2008). Any contract awarded as a result of this solicitation will be DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.212-2, Evaluation Commercial Items (Jan 1999), with the following evaluation factors inserted in paragraph (a) of the provision: "Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is determined to offer the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price (iii) delivery and (iv) past performance. The offeror’s technical proposal will be evaluated as technically “acceptable” or “unacceptable.” To be rated technically acceptable, the quote shall demonstrate the technical capability of the adaptor, its ability to meet the required technical specifications and its compatibility with the Sordan/Peltor headset and Bose radio. Offerors may be required to submit a sample product for evaluation if it is determined to be in the best interest of the Government to do so. Delivery as an evaluation factor will be used in the best value determination. Award may be made to other than the low offer provided that the offeror can provide a faster delivery and that the price can be determined reasonable when compared to other offers received". 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. ORCA submissions are acceptable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Vickey E. Spain), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 2 September 2008. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at vickey.spain@soc.mil; however, it is the offeror’s responsibility to ensure that electronic submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price with delivery to Ft. Bragg, NC. (2) completed Representations and Certifications (3) acknowledgement of any amendments that may be issued and (4) complete technical information for use in the evaluation. To assist the Government in the technical review, contractor’s technical volume shall not contain pricing information. Questions concerning this acquisition shall be submitted in writing and e-mailed to the Contracting Specialist’s address provided no later than 22 Aug 2008. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Vickey E. Spain, Contracting Specialist at (910) 432-6145, e-mail vickey.spain@soc.mil. Contracting Office Address: U.S. Army Special Operations Command, ATTN: AOCO (Ms. Spain) Bldg. E-2929, Fort Bragg, NC, 28310 Point of Contact(s): Vickey E. Spain, Contracting Specialist, Phone 910-432-6145, Fax 910-432-9345, Email vickey.spain@soc.mil – Barbara Bowles, Contracting Officer, Phone 910-432-8598, Email bowlesb@soc.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c22a6139f137cf2d6872cc1203a2ace7&tab=core&_cview=1)
- Place of Performance
- Address: US Army Special Operations Command, Ft. Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN01644713-W 20080821/080819223444-c22a6139f137cf2d6872cc1203a2ace7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |