SOLICITATION NOTICE
66 -- Trimble Survey Equipment - J&A
- Notice Date
- 9/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 128 MSG/MSC WI ANG, GENERAL MITCHELL IAP ANG BASE, 1919 E. GRANGE AVENUE, MILWAUKEE, Wisconsin, 53207-6199, United States
- ZIP Code
- 53207-6199
- Solicitation Number
- W912J218Q5011
- Archive Date
- 9/29/2018
- Point of Contact
- Kristin Zahn, Phone: 4149448517
- E-Mail Address
-
kristin.n.zahn.mil@mail.mil
(kristin.n.zahn.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A This is a Request for Quote (RFQ) for Trimble Survey Equipment for the 128th Air Refueling Wing. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number W912J2-18-Q-5011 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98-1, Effective 31 May 2018 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20180530. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System Code (NAICS) is 334519 and the small business size standard is 500 employees. This is a total small business set-aside. This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be current until 30 September 2018. This announcement will result in a firm fixed-price contract. Quotes will be evaluated as lowest price technically acceptable. Brand name only items accepted (see J&A) Line Item 0001 Trimble R10, Model 60 Manufacturer: Trimble Part Number: R10-001-60 Quantity: 3 each Line Item 0002 Trimble TSC3 Manufacturer: Trimble Part Number: TSC3-01-1012 Quantity: 2 each Line Item 0003 CRADLE ASSY, TSC3 Manufacturer: Trimble Part Number: 5200-065 Quantity: 2 each Line Item 0004 - Shipping FOB Destination for delivery and install at 128th ARW, 1919 E Grange Ave, Milwaukee, WI 53207 QUESTION/OFFER DUE DATE AND TIME: All questions concerning this solicitation shall be sent via email to kristin.n.zahn.mil@mail.mil. Offers are due no later than 1:00 PM CST, 14 September 2018. Quotes shall be emailed to kristin.n.zahn.mil@mail.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.SAM.gov/ The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Proposals must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://www.sam.gov/portal/public/SAM/within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to any contract award. The Government may not delay award for the purpose of allowing a contractor time to register in SAM. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their proposal. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition withthe following addendum: DFARS 252.204-7004, Alt A, System for Award Management. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7006, Billing Instructions; 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications;
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J218Q5011/listing.html)
- Record
- SN05079353-W 20180909/180907231548-a1fd136333f3bdad7b50f603328a6a10 (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 |