MODIFICATION
59 -- CLEAR-COM CCC-802006 HEADSETS
- Notice Date
- 4/28/2020 7:50:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W7NT USPFO ACTIVITY NDANG 119 FARGO ND 58102-1051 USA
- ZIP Code
- 58102-1051
- Solicitation Number
- W50S88-20-R-0102
- Response Due
- 5/15/2020 1:00:00 PM
- Archive Date
- 05/30/2020
- Point of Contact
- Brian L. Erdmann, Rachel M. Syverson
- E-Mail Address
-
brian.l.erdmann.mil@mail.mil, rachel.m.syverson.mil@mail.mil
(brian.l.erdmann.mil@mail.mil, rachel.m.syverson.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii)� This solicitation is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-05, Effective March 30, 2020. (iv) The Product Service Code (PSC) is 5965.� The NAICS is 334220 and the business size standard is 1,250 Employees.� This acquisition is SET ASIDE FOR SMALL BUSINESS. (v) Listing of line item numbers and items, quantities, and units of measure: CLIN 0001������������ Clear-Com Model CCC-802006 Low Crosstalk single-muff monaural headset���� 64 EACH CLIN 0002������������ Shipping Charges� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 EACH (vi)� Description of Requirement: This is a �Brand Name Only� requirement; see attached justification�for the following product: ��������������� Manufacturer:� Clear-Com, LLC. ��������������� Manufacturer�s Part Number:� CCC-802006 ��������������� Nomenclature: �Low crosstalk single-muff monaural headset ��������������� Quantity Required:� 64 EACH (vii) Dates and place of delivery and acceptance: �These items are required to be delivered not later than 12 weeks ARO.� Place and delivery and acceptance is as follows: ��������������� 119 WG / Building 420 ��������������� 1400 32nd Ave. North ��������������� Fargo, ND 58102 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.� Provisions and clauses can be viewed at https://acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items: Offerors shall prepare their quotations in accordance with FAR 52.212-1.� In addition, the following information shall be included: DUNS Number. Federal Tax ID Number. CAGE Code. Contractor�s Legal Name. Payment Terms (NET 30) or Discount. Point of Contact and Phone Number. Email address. PRICE:� Interested parties shall submit pricing with the following Contract Line Item Number (CLIN) Structure: � � � � � � � � CLIN 0001������������ Clear-Com Model CCC-802006 Low Crosstalk monaural headset���� 64 EACH � � � � � � � � CLIN 0002������������ Shipping Charges������������ � ������������������������������������������������������������� ��������������������1 EACH � � � � 9.� LENGTH OF TERM THAT OFFERS ARE VALID.� Unless otherwise identified, all offers will be considered to be valid for 30 days. �Interested parties shall identify the length of term that offers are valid for if greater than 30 days. � � � � 10.� WARRANTY INFORMATION.� Interested Parties shall include warranty information with their offer. **Offerors shall submit quotes electronically via email to the individuals listed in paragraph xiv below. (ix) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.� Evaluation factors are listed below. Evaluation-Commercial Items (Oct 2014) 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 in terms of Best Value, with price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the services offered to meet the Government requirement Price Past Performance ***Technical and past performance, when combined, are approximately equal when compared to cost or price. ***Anticipated Award Date is May 22, 2020. (x) Offers are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) One or more of the items under this acquisition is subject to Free Trade Agreements. (xiv) Contract award may be made without discussions. (xv) Contractors must possess a current S.A.M. Registration to be considered �eligible� for contract award. (xvi)� Responses to this solicitation are to be submitted and received electronically via email by 3:00 P.M. Central Daylight Time (CDT) on Friday, May 15th, 2020.� All responsible sources may submit a quotation which shall be considered by the agency.� This �Brand Name Only� acquisition is Set Aside for Small Businesses. (xvii) Responses and/or questions are to be submitted electronically to Brian Erdmann via email at brian.l.erdmann.mil@mail.mil and Rachel Syverson at rachel.m.syverson.mil@mail.mil. (xviii) THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION.� THIS LIST MAY NOT BE ALL INCLUSIVE: 52.202-1 ������������ Definitions NOV 2013 52.203-18 ���������� Prohibition on Contracting With Entities That Require Certain Internal�Confidentiality Agreements or Statements�Representation JAN 2017 52.204-7 ������������ System for Award Management OCT 2018 52.204-10 ���������� Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2018 52.204-13 ���������� System for Award Management Maintenance OCT 2018 52.204-16 ���������� Commercial and Government Entity Code Reporting JUL 2016 52.204-18 ���������� Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 ���������� Incorporation by Reference of Representations and Certifications DEC 2014 52.204-23 ���������� Prohibition on Contracting for Hardware, Software, and Services Developed or�Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-24 ���������� Representation Regarding Certain Telecommunications and Video Surveillance�Services or Equipment DEC 2019 52.204-25� ��������� Prohibition on Contracting for Certain Telecommunications and Video�Surveillance Services or Equipment AUG 2019 52.204-26 ���������� Covered Telecommunications Equipment or Services-Representation DEC 2019 52.209-6 ������������ Protecting the Government's Interest When Subcontracting With Contractors�Debarred, Suspended, or Proposed for Debarment OCT 2015��� 52.209-10 ���������� Prohibition on Contracting With Inverted Domestic Corporations NOV 2015���� 52.212-1 ������������ Instructions to Offerors--Commercial Items OCT 2018 52.212-2�������������� Evaluation-Commercial Items OCT 2014 52.212-3�������������� Offerer Representations and Certifications-Commercial Items DEC 2019 52.212-4 ������������ Contract Terms and Conditions--Commercial Items OCT 2018 52.212-5 ������������ Contract Terms and Conditions Required to Implement Statutes or Executive�Order-Commercial Items JAN 2020 52.219-6 ������������ Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 ���������� Post-Award Small Business Program Representation JUL 2013 52.222-3 ������������ Convict Labor JUN 2003�� 52.222-21 ���������� Prohibition Of Segregated Facilities APR 2015�� � 52.222-22������������ Previous Contracts and Compliance Reports FEB 1999 52.222-26 ���������� Equal Opportunity SEP 2016��� 52.222-36 ���������� Equal Opportunity for Workers with Disabilities JUL 2014��� 52.222-50 ���������� Combating Trafficking in Persons JAN 2019 52.223-18 ���������� Encouraging Contractor Policies To Ban Text Messaging While Driving AUG�2011����� 52.225-3�������������� Buy American-Free Trade Agreements-Israeli Trade Act, Alt II MAY 2014 52.225-4�������������� Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alt II MAY 2014 52.225-13 ���������� Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 ���������� Prohibition on Contracting with Entities Engaging in Certain Activities or�Transactions Relating to Iran-Representation and Certifications AUG 2018 52.232-1 ������������ Payments APR 1984 52.232-33 ���������� Payment by Electronic Funds Transfer--System for Award Management OCT�2018 52.232-39 ���������� Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 ���������� Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 ������������ Protest After Award AUG 1996��� 52.233-4 ������������ Applicable Law for Breach of Contract Claim OCT 2004��� 52.249-1� � � � � ��� Termination for Convenience of the Government (Fixed-Price) (Short Form) APR 1984 52.249-8 ������������ Default (Fixed-Price Supply & Service) APR 1984 (xvi) THE FOLLOWING DFARS PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: 252.203-7000 �� Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 �� Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 �� Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 �� Control of Government Personnel Work Product APR 1992 252.204-7008 �� Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 �� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber�Incident Information OCT 2016 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 �� Levies on Contract Payments DEC 2006 252.243-7001 �� Pricing of Contract Modifications DEC 1991 252.244-7000 �� Subcontracts for Commercial Items JUN 2013 252.247-7023 �� Transportation of Supplies by Sea APR 2014 �(xvii) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (NOV 2011) (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to-- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).* (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f231b3fbe0ae4f20bda6771fafc9b015/view)
- Place of Performance
- Address: Fargo, ND 58102, USA
- Zip Code: 58102
- Country: USA
- Zip Code: 58102
- Record
- SN05637753-F 20200430/200428230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |