MODIFICATION
59 -- APX6500 Radios
- Notice Date
- 9/2/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, US Air Forces Central Command/A7K, 332 ECONS, Al Jaber AB, Kuwait, 332 ECONS, Al Jaber AB, Kuwait, APO, 09319, United States
- ZIP Code
- 09319
- Solicitation Number
- F3UUJA6238A002
- Archive Date
- 9/28/2016
- Point of Contact
- William R. Harbison, Phone: 3184546323
- E-Mail Address
-
william.harbison@ajab.afcent.af.mil
(william.harbison@ajab.afcent.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 1: Corrected proposal due date. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': APX 6500 Single-Band VHF Radios (i) 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. (ii) Solicitation F3UUJA6238A002 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 16. The DFARS provisions and clauses are those in effect to DPN 20160830, effective 30 Aug 16. The AFFARS visions and clauses are those in effect to AFAC 2016-0603, effective 03 Jun 16. (iv) This requirement is solicited under ‘Full and Open, unrestricted' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 334220. (v) The Request for Quote (RFQ) is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: RFQ (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Al Jaber Airbase, Kuwait, 09319 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of one part: a. Part 1- Price - Submit one (1) copy of the RFQ and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 1 and 2. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the products described in Attachment 1. (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jun 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers With Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases DFARS 252.225-7041 Correspondence in English. FAR 52.232-39 Unenforceability of Unauthorized Obligations DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas) DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.225-7040 Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Alt I Transportation of Supplies by Sea. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.201-9101 Ombudsman (xiii) No additional contract requirements apply to this acquisition. (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 407th Expeditionary Contracting Squadron/LGCB Attn: SSgt William Harbison, e-mail: william.harbison@ajab.afcent.af.mil An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 1600 (GMT+3) or 0900 EST on 13 September 2016. Quotes shall include the following: a. Price - Submit one (1) copy of RFQ as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to SSgt William Harbison at William.harbison@ajab.afcent.a.mil. For information regarding this solicitation, contact the same. List of Attachments: • Attachment 1: RFQ • Attachment 2: Specifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb02efbe7f1969a41039aacc21dd7d05)
- Place of Performance
- Address: Al Jaber Airbase, Kuwait, Non-U.S., 09319, Kuwait
- Record
- SN04254777-W 20160904/160902235751-eb02efbe7f1969a41039aacc21dd7d05 (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 |