SOLICITATION NOTICE
58 -- Standard Mobile Monitor Ruggedization
- Notice Date
- 8/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 186 MSG/MSC, MS ANG, 6225 M STREET, MERIDAN, Mississippi, 39307-7112, United States
- ZIP Code
- 39307-7112
- Solicitation Number
- W9127Q-18-R-0046
- Archive Date
- 9/14/2018
- Point of Contact
- Jared A. Garner, Phone: 6014849838, Donna Lewis, Phone: 6014849836
- E-Mail Address
-
jared.a.garner2.mil@mail.mil, donna.r.lewis8.mil@mail.mil
(jared.a.garner2.mil@mail.mil, donna.r.lewis8.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. W9127Q-18-R-0046 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, 16 Jul 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180629 (Effective 29 June 2016). It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334118, size standard 1000 employees. Description of Requirement: The 186 Air Refueling Wing requires the following items, Brand Name or Equal: CLIN 0001: Standard Mobile Monitor with Ruggedization Kit Six 15 Technologies Part # 404T10091 Or Equal. Must meet the following minimum specifications:• Monitor size must be 6x4x1" or smaller (without ruggedization seal)• Must be LCD Color Display• Minimum 640x480 pixel display• Minimum 600:1 Contrast Ratio• Brightness 500 cd/m2• Must have greater than 50 degree viewing angle in all directions• Must have display input RCA (NTSC, RS-170)• Ingress Protection IP54• Functional in temperature range -25C to 70C• IP67 Seal over connectors• Shock Resistant• Must terminate in Glenair 13 Pin Connector QTY: 8 Each **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED. ** ***ALL ITEMS MUST BE NEW AND COVERED BY MANUFACTURERS WARRENTY. REFURNISHED ITEMS NOT AUTHORIZED.***Delivery requirement: 30 days ARO, FOB Destination to 186 ARW Meridian, MS. Quote Information:Quotes must be submitted and received no later than 3:00 PM Central 27 September 2018. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information:BUYER: SSGt Jared Garner EMAIL: jared.a.garner2.mil@mail.mil Financing Information:Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES:Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.204-7, System for Award Management RegistrationFAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract AwardsFAR 52.204-16, Commercial and Government Entity Code ReportingFAR 52.204-18, Commercial and Government Entity MaintenanceFAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-10, Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.2.11-6, Brand Name or EqualFAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, delivery, and technical acceptability of all items are the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses applyFAR 52.219-6, Notice of Total Small Business Set-AsideFAR, 52.219-28, Post-Award Small Business Program RepresentationFAR 52.222-3, Convict LaborFAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated FacilitiesFAR 52.222-26, Equal OpportunityFAR 52.222-36, Equal Opportunity for Workers with DisabilitiesFAR 52.222-50, Combating Trafficking in PersonsFAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While DrivingFAR 52.225-13, Restrictions on Certain Foreign PurchasesFAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized ObligationsFAR 52.232-40, Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-3, Protest After AwardFAR 52.233-4, Applicable Law for Breach of Contract ClaimFAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.milFAR 52.252-6, Authorized Deviations in ClausesDFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsDFARS 252.203-7996 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION)DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION)DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7011, Alternative Line Item StructureDFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical InformationDFARS 252.204-7015, Disclosure of Information to Litigation Support ContractorsDFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance EvaluationsDFARS 252.225-7001, Buy American and Balance of Payments ProgramDFARS 252.225-7048, Export Controlled ItemsDFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)DFARS 252.232-7006, Wide Area Workflow Payment InstructionsDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-3/W9127Q-18-R-0046/listing.html)
- Place of Performance
- Address: 6225 M Street, Meridian, Mississippi, 39307, United States
- Zip Code: 39307
- Zip Code: 39307
- Record
- SN05051471-W 20180824/180822231533-92f3ff0431af13793acf61de58eab1bf (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 |