SOLICITATION NOTICE
70 -- ARINC 818 HS SAM - Package #1 - Package #2 - Package #3
- Notice Date
- 6/24/2013
- Notice Type
- Presolicitation
- NAICS
- 334613
— Blank Magnetic and Optical Recording Media Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FB2065-13-Q-3162X776
- Archive Date
- 7/16/2013
- Point of Contact
- Jacqueline Kittrell, Phone: 478-327-6095
- E-Mail Address
-
Jaqqueline.Kittrell@robins.af.mil
(Jaqqueline.Kittrell@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification Letter DFARS 252.209-7999 DFARS 252.209-7998 This is a notice of the Government's intent to award a firm-fixed price, commercial purchase order. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response which, if timely received, must be considered by the agency. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 334613 (b) NR OF EMPLOYEES: 1000 The purchase of 3 each, Noun: ARINC 818 Filter to DVI Converter; Part Number: HS_ SAM_ F2DVI_FO850_2.125_XGA_USB Manufacturer: Great River Technology,Inc(Cage Code:1VHV8 ) Justification For Sole Source: See Attached Sole Source Justification Ltr. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Requested delivery date is 60 days ARO (after receipt of order) or earlier. Quotations should be emailed to Jacqueline Kittrell (Jacqueline.Kittrell@robins.af.mil) no later than 01Jul 2013, 4:00 pm Eastern Standard Time (E.S.T.) Quote validity date should be at least 30 days. The anticipated award date is 31Jul2013. Please do not request award status prior to this date. All inquiries about this solicitation shall be submitted to Jacqueline.Kittrell@robins.af.mil. Telephone requests are prohibited. Do not contact the name of the individuals listed in the attached sole source justification. The following clauses are applicable to subject solicitation (current through FAC 2005-67 dated 21Jun2013, and DPN 20130617): FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001 (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) DFARS 252.211-7003 Item Identification and Valuation (Appl if unit price exceeds $5K.) DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.209-7998 Representations by Corporations Regarding Conviction of a Felony Criminal (Attached in Full Text) (NOTE: Your offer must include the attached certification) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Attached in Full Text) (NOTE: Your Offer/Quote must include certification to Paragraphs (b)(1) and (2).) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at https://www.SAM.gov/ Oral procedures will be used for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FB2065-13-Q-3162X776/listing.html)
- Place of Performance
- Address: Robins Air Force Base, Robins Air Force Base, Georgia, 310988, United States
- Zip Code: 10988
- Zip Code: 10988
- Record
- SN03097326-W 20130626/130624234043-67d70662f88071bd345510c0b058c5ef (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 |