Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2017 FBO #5684
SPECIAL NOTICE

58 -- HARRIER COMMUNICATIONS KIT

Notice Date
6/14/2017
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, PO Box 8104, San Luis Obispo, California, 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA17T0029
 
Archive Date
7/8/2017
 
Point of Contact
Stella H Davis, Phone: 8052388607
 
E-Mail Address
stella.h.davis.civ@mail.mil
(stella.h.davis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for California intends to award a Firm-Fixed Price (FFP) contract to IP Access International, Inc, to provide the following Harrier Communications Kit. The North American Industry Classification System Code (NAICS) is 334220 with a small business size standard of 1250 employees. The Government intends to solicit and negotiate with only one source under the authority of FAR 8.405-6; Only One Responsible Source and no other supplies or services will satisfy agency requirements. A determination not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within five (5) calendar days from the date of the publication of this notice. Supporting evidence must be furnished in sufficient detail, to demonstrate the ability to comply with the above requirement on a brand name or equal basis including submitting specifications for an equal product. The specifications for the equipment are: 2 each, PN: ANT-Harrier-.85M-8Q, Harrier Antenna; 12 each, PN: EMR Plus Select CNG, Dish 1-12 months of service plus 4 option years; 12 each, EMR Plus Select CNG, Dish 1-12 months of service plus 4 option years; and freight from manufacturer to Stockton, CA 95206. The following FAR provisions/clauses are incorporated: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 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; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-36, Equal Opportunity for Workers with Disablities; 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Certification; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-25, Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.252-2; Clauses incorporated by Reference. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; and 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following DFARS clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; 252.225-7000, Buy American - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000, Subcontracts for Commercial Items; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. Simplified Acquisition Procedures will be utilized. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than 24 June 2017 by 11:00 A.M. at USPFO for California, Contracting Office, 903 Industrial Way, Camp Roberts, CA 93451. Written responses to this notice shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement and shall reference this Notice of Intent to the above address, email or fax requests to (805) 238-8607, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA17T0029/listing.html)
 
Record
SN04543999-W 20170616/170614234636-d1021d227f9e9b0f5c18fd092b534cce (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.