Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOLICITATION NOTICE

66 -- Brand Name - Trimble GPS Systems - Brand Name Determination

Notice Date
9/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN-16-Q-1442
 
Archive Date
10/15/2016
 
Point of Contact
Jennifer A Cutshall, Phone: 4123957478
 
E-Mail Address
Jennifer.Cutshall@usace.army.mil
(Jennifer.Cutshall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule Brand Name Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation 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. The solicitation issued as a Request for Quote (RFQ) number W911WN-16-Q-1442. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The NAICS Code for this acquisition is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Small Business Size Standard for this NAICS Code is 1,250 employees. In accordance with FAR 52.219-6, this requirement is 100% Set-Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Item Description Quantity 0001 Trimble R2 RTK Rover, R2-001-04, GPS/FLO/FAL,BEI, NMEA, Qty 2 each 0002 Trimble R2 Power Supply, P/N 62546, Qty 2 each 0003 Trimble R2 Transport Case, P/N 106170-00, Qty 2 each 0004 Trimble 2m Carbon Fiber Range Pole, P/N 43169-10, Qty 2 each 0005 Trimble TSC3 w/Access Software, Qty 2 each 0006 TSC3 Range Pole Bracket System, P/N 82758-00, Qty 2 each 0007 Trimble RTX Correction Subscription, Qty 2 each 0008 Trimble Bipod Universal, P/N 5217-04-FLY, Qty 2 each Required Delivery: 30 days or sooner from date of award Delivery Location: United States Army Corps of Engineers Moorhead Federal Building Real Estate, 20th Floor 1000 Liberty Avenue Pittsburgh, PA 15222 ATTN: Mr. Jeffrey Horneman Telephone 412-395-7476 FOB Point: Destination Inspection/Acceptance: Destination SPECIFICATIONS: 1.0 General Requirements Furnish and deliver two (2) new Trimble Survey Grade GPS systems, and other ssociated equipment that will be used for accurately locating USACE boundary monuments for CWLDM and encroachments. 2.0 Technical Questions Technical questions may be directed to Jennifer Cutshall at jennifer.cutshall@usace.army.mil. 3.0 Warranty All products shall have a standard, one year manufacturer's warranty. 4.0 Packaging and Delivery The new equipment shall be created, boxed, or otherwise packaged to the extent necessary to prevent damage during shipment. Any damage caused during shipment shall be repaired/replaced by the vendor at his/her own expense. 5.0 Time of Delivery The Government requires delivery of the new GPS systems and associated parts within 30 days or sooner after the date of contract award. Shipments will be received between the hours of 8:00 am and 3:30 pm, Monday through Friday, Federal Holidays excluded. At least 48 hours prior to delivery, the contractor shall notify Mr. Jeffrey Horneman at 412-395-7476. The provisions and clauses incorporated herein may be accessed at the following link: http://farsite.hill.af.mil FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to 52.212-4, Contract Terms and Conditions-Commercial Items 52.204-9 Personal Identity Verification of Contractor 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.211-6 Brand Name or Equal 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export Controlled Items 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combatting Trafficking In Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addendum to 52.212-1, Instructions to Offerors-Commercial 52.212-1 Instructions to Offerors--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7004 Alt A System for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line-Item Structure 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 252.209-7991 Representation by Corporations regarding an unpaid delinquent tax liability or felony conviction under any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002). Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. The Defense Priorities and Allocation System (DPAS) rating is N/A. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov. Quoters are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Quotes are due by 21 September 2016 at 11:00 AM EST. Quotes will be accepted via email to jennifer.cutshall@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Jennifer Cutshall, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel or the cover sheet of the fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-16-Q-1442/listing.html)
 
Place of Performance
Address: U. S. Army Corps of Engineers, W.S. Moorhead Federal Building, Pittsburgh, Pennsylvania, 15222-4186, United States
Zip Code: 15222-4186
 
Record
SN04270644-W 20160916/160914234525-c9c06659b662cf74af8336da489ea1d1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.