SOLICITATION NOTICE
66 -- Survey Equipment
- Notice Date
- 8/3/2020 10:40:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W7NZ USPFO ACTIVITY SC ARNG COLUMBIA SC 29201-4763 USA
- ZIP Code
- 29201-4763
- Solicitation Number
- W912QG-20-R-0046
- Response Due
- 8/14/2020 7:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Fontane L. Mathis, Phone: 8032994024, James O. Robinson, Phone: 8032991450
- E-Mail Address
-
fontane.l.mathis.mil@mail.mil, james.o.robinson10.mil@mail.mil
(fontane.l.mathis.mil@mail.mil, james.o.robinson10.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; proposals are being requested and a written solicitation will not be issued. The South Carolina Army National Guard (SCARNG) will award a Firm-Fixed Price (FFP) Contract. This announcement constitutes only the solicitation. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 15. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2020-06 dated 5 June 2020. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal�� Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) can be accessed on the internet at http://www.acquisition.gov/. This solicitation, W912QG-20-R-0046, is being issued as a Request for Quote. This procurement is a 100% Small Business set-aside. The NAICS code for this acquisition is 334519 with a size standard of 500. The South Carolina Army National Guard has a requirement for commercial brand named or equal survey equipment. This Request for Quote (RFQ) is for Brand Named or Equal commercial items IAW FAR 11.104 and FAR Provision 52.211-6. The brand named item currently in use is Trimble R10 Integrated GNSS System and Trimble S7 Robotic Total Station Kit. If quoting Trimble products; vendor MUST be a Trimble Authorized Reseller. Vendors can propose equal items meeting the characteristics of items below however equal items must be 100% compatible with the Trimble items currently being utilized by the South Carolina Army National Guard without any additional training, equipment or cost. IAW FAR 15.101-1 evaluations will be made utilizing Best Value Tradeoff process. Discussions will not be held so offerors shall insure that for equal items descriptive literature is provided to allow the Government to make an informed evaluation. The following evaluation factors shall be utilized by the Government; ����������� Factor 1: Technical in terms of compatibility with existing equipment utilized by the SCARNG, offeror is an authorized reseller of product offered and is able to provide a manufacturer�s warranty. ����������� Factor 2: Past Performance. ����������� Factor 3. Cost. ����������� ***Factor 1 is significantly more important than Factors 2 & 3 and Factor 2 is more important than Factor 3.� Note: Award may be made to other than the lowest priced offer. CLIN0001: (QTY 2) Trimble R10-2 Rover TSC3 Access�or equal kit�consisting of the following: Trimble R10-2 410-470 MHz Radio Trimble R-10 Configure Level Base & Rover Power Supply & Cord for Dual Battery Charger Tsc3 w/ Access Internal 2.4GHz QWERTY Pole Clamp, Quick Release 1 �� Claw Seco Cradle Assembly, TSC3 2m GPS Carbon Fiber Rover Rod Seco Yellow Bipod Seco RTK 2M Pole Bag w/Zipper Upgrade R10-2 to Pro Point firmware Trimble R10 Base Kit Case, Cell Phone, GPS, Short TDL 450H Radio Kit 410-430MHz TDL 450 410-430 MHz 5dB Gain Antenna Kit TDL 450H Field Battery/Charger Kit Tripod, Antenna, GPS, Adjustable Bag, Tripod, 5119 GPS Antenna Seco Antenna Mast Tripod Antenna Mast Tripod Bag CLIN0002:� (QTY 1) Trimble S7 SEC VISION TSC3 Access or equal kit consists of the following: �2� Robot DR+ Vision Screen Capability Upgrade L2P S5 S7 S9 Multi-Track Target w/ Battery TSC w/ Access Internal 2.4GHz QWERTY Trimble Access Annual Software Maintenance TSC3.TSC7 Hardware Extended Warranty Auto-lock Power Kit 2x Dual Battery Charger w/Power Supply & Cord Pole Clamp, Quick Release 1 �� Claw Seco Cradle Assembly, TSC3 Trimax Standard Quick Clamp Tripod Robotic Pole, 8.5�, CM/.01, 135, Twist-lock w/vial Seco Yellow Bipod TBC Advanced Dongle Trimble L2P Plan Stocking Grand Total CLINs 0001-0002:����������� The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.204-7 System for Award Management (SAM) IAW paragraph (b) Offeror must be registered in SAM in order to provide a quote.�� 52.204-12 Unique Entity Identifier Maintenance 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporated by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.219-6 (DEV) Notice to Small Business Set-Aside (Deviation 2020-O0008) 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation--Commercial items 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items. Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 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 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 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 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for LitigationSupport 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System� Statistical Reporting in Past Performance Evaluations 252.225-7000 Buy American �Balance of Payments Program Certificate- Basic 252.225-7001 Buy American and Balance of Payments Program- Basic Export-Controlled Item 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items To provide a quote and be awarded this contract, the offeror must be registered in the System for Award Management (SAM). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR Provision 52.212-3. **All questions in response to this notice must be submitted by email to fontane.l.mathis.mil@mail.mil no later than 10:00am (EST) Monday, August 10, 2020. Please include the Solicitation number in the subject line of the email.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4417eab539a84a91b049c458d5312164/view)
- Place of Performance
- Address: Rock Hill, SC 29732, USA
- Zip Code: 29732
- Country: USA
- Zip Code: 29732
- Record
- SN05743314-F 20200805/200803230147 (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 |