SOLICITATION NOTICE
D -- RESPONSE CARD RECEIVER RF
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
- ZIP Code
- 00000
- Solicitation Number
- M6739912Q0042
- Response Due
- 8/22/2012
- Archive Date
- 9/6/2012
- Point of Contact
- PATRICIA VON SALDEN 760-830-6637
- E-Mail Address
-
patricia.vonsalden@usmc.mil
(patricia.vonsalden@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation (Response Card Receiver RF) 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. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-12-Q0042 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 334310. The Standard Industrial Classification Code (SIC) for this order is 3651. The small business size standard is 750 Emp. The Federal Supply Code (FSC) for this order is 5835. This is a Brand Name Requirement. These following commercial items are requested in this solicitation; CLIN 0001: Response Card RF Part#: RFC-02G Qty: 950 each Manufacturer: Turning Technologies CLIN 0002: Turning Point RF Software, Receiver Part#: TP-2008-RF Qty: 48 each Manufacturer: Turning Technologies CLIN 0003: RF Case; 30 Count Part# PKG-RF30 Qty: 48 each Manufacturer: Turning Technologies CLIN 0004: Support/Maintenance & Upgrades 12 months Part#: SUPPORT12 Qty: 1 each Manufacturer: Turning Technologies Place of contract delivery will be: Marine Corps Air Ground Task Force Training Command (MCAGTFTC) / Marine Corps Air Ground Combat Center (MCAGCC), Building 1737 8th St., Twentynine Palms, CA 92278. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR: 52.204-7, 52.212-1, 52.212-3, 52.212-4, 52.212-Addenda, 52.212- 5(a)(b)(4)(6)(8)(12)(i)(16)(23)(26)(27)(28) (29)(31)(38)(40)(ii)(42)(47), 52.222-22, 52.222-25, 52.233-4, and 52.247-34. DFARS: 252.204-7004 (Alt A), 252.209-7001, 252.212-7000, 252.212-7001(a)(b)(1)(6)(i)(23)(29)(i)(iv)(c), 252.225-7000, 252.225-7001, 252.225-7002, 252.232-7010. Note: The complete provision of Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. This provision applies to both quotations and proposals; if this is a request for quotations, where the term proposal is used, the term quotation is hereby substituted. In accordance with FAR 52.212-1(f), proposals are due at 16:00 (4:00) PM. local time for the receiving office (Pacific Time). Electronic submission of proposals is encouraged. In accordance with FAR 4.302(b), if electronic submission is not used, offerors shall use at least 30 percent postconsumer fiber paper and print or copy double-sided (or include an explanation concerning why it is not possible to print or copy double-sided). Quotations may be submitted as follows: ELECTRONIC MAIL (EMAIL): Patricia.vonSalden@usmc.mil MAIL: USMC Regional Contracting Office ATTN: Patricia von Salden MAGTFTC/MCAGCC 29 Palms Twentynine Palms, CA 92051-1609 HAND DELIVERY: USMC Regional Contracting Office ATTN: Patricia von Salden MAGTFTC/MCAGCC 29 Palms, Bldg 1102, Door 21 Twentynine Palms, CA 92051-1609 FAX: FAXED PROPOSALS WILL NOT BE ACCEPTED For quotations delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If quotations are submitted in different formats requiring different delivery methods, the proposal of record shall be the last complete version received prior to the deadline. For email quotations, the Government office designated for receipt of the proposal is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government s control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(f), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the quotations (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quotations received. The Government intends to issue one (1) award from this solicitation, to the responsible/responsive quote whose quote will be the most advantageous to the Government. This contract will be based on Lowest Price Technically Acceptable (LPTA). This procurement is being conducted under FAR 12. The government reserves the right to make multiple awards if found advantageous to the government. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact Patricia von Salden at 760-830-6637 or Email: Patricia.vonSalden@usmc.mil All questions are due by 1200 (12:00 PM) PST Aug 20, 2012. Questions shall be directed to Patricia von Salden, Purchasing Agent, Email: Patricia.vonSalden@usmc.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1600 (4:00 PM) PST Aug 20, 2012. Quotations are due by 1600 (4:00 PM) PST Aug 22, 2012 at the Regional Contracting Office, MCAGTFTC/MCAGCC, Bldg 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN: Patricia von Salden, Purchasing Agent, Telephone # 760-830-6637, Email: Patricia.vonSalden@usmc.mil. MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: A valid form of Federal or state government I.D. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a)must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under business access. NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c.is subject to an outstanding warrant. d.has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739912Q0042/listing.html)
- Place of Performance
- Address: MCAGCC, TWENTYNINE PALMS, CA
- Zip Code: 92278
- Zip Code: 92278
- Record
- SN02845120-W 20120819/120818000326-219a63088721265fda52cc93dd128262 (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 |