SOLICITATION NOTICE
58 -- Hamlet Microflex Mach 2 units - CLIN STRUCTURE
- Notice Date
- 8/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-2040-0002-000
- Archive Date
- 9/1/2015
- Point of Contact
- Melisa D. Watkins, Phone: 3012226028
- E-Mail Address
-
melisa.d.watkins.civ@mail.mil
(melisa.d.watkins.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification and Approval CLIN Structure 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; proposals are being requested and a written solicitation will not be issued. Solicitation number HQ0516-2040-0002-000 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 2 July 2015 and DFARS Publication Notice (DPN) 20150626. SEE ATTACHED CLIN STRUCTURE FOR DESCRIPTION OF ITEM(S). This is an "ALL OR NONE" procurement action. This requirement will not be broken up into multiple awards. This requirement is to provide 31 Hamlet Microflex Mach 2 units. Requirement requested herein is specific to manufacturer. See attached Brand Name Justification & Approval. There is no substitution. THIS PROCUREMENT ACTION IS 100% SET-ASIDE TO SMALL BUSINESS UNDER NAICS 334515. FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. Re para (a): The North American Industry Classification System (NAICS) code is 334515 and the small business size standard is 500 employees. Re para (b)(8): Quotes must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2014) with Alternate I (OCT 2014) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment. ADDENDUM TO FAR 52.212-1 Offerors must use the attached CLIN Structure for submission of pricing. GSA (or any GWAC) or open market prices will be considered. Please provide any applicable quantity or Government discount available. Required Company Information: (1) Cage Code & DUNS Number (2) Tax Identification Number (3) Business Size Period for acceptance of offers: Quotes offering less than 90 calendar days from the date designated for receipt of quotes for acceptance by the Government will be considered non-responsive and will be rejected. In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. The Government will only consider proposals from manufacturer's authorized resellers/partners. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the vendor's quote meeting the requirement of the solicitation and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. This contract will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil : FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) (DEVIATION) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014). FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (JUL 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Apr 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.204-7004, Alternate A, Central Contractor Registration (FEB 2014) DFARS 252.204-7012, Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DLAD Clause 52.211-9014, Contractor Retention of Traceability Documentation (AUG 2012) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included. QUOTES MUST BE RECEIVED NOT LATER THAN 10 AM EASTERN TIME, 28 AUG 2015, IN ORDER TO BE CONSIDERED. Quotes may be emailed to Melisa.d.watkins.civ@mail.mil. Due to unexpected technical issues, email may result in your quote not arriving before the cut-off time. Please allow extra time if you are sending your quote by electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is delivered/read. DMA Contracting cannot be held responsible for email delivery issues.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f64df7364a2f82d01d9153a342f6727b)
- Place of Performance
- Address: DMA-RIVERSIDE (T-ASA), 14855 6th Street, Bldg. 2725, RIVERSIDE, California, 95218-2221, United States
- Zip Code: 95218-2221
- Zip Code: 95218-2221
- Record
- SN03846075-W 20150821/150819235922-f64df7364a2f82d01d9153a342f6727b (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 |