SOLICITATION NOTICE
70 -- Advanced Hearing Protection
- Notice Date
- 6/9/2022 6:42:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA5270 18 CONS PK APO AP 96368-5199 USA
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-22-Q-0055
- Response Due
- 6/17/2022 4:00:00 PM
- Archive Date
- 07/02/2022
- Point of Contact
- Jose Angel Medel, Phone: 6345830
- E-Mail Address
-
jose.medel@us.af.mil
(jose.medel@us.af.mil)
- Description
- Request for Quote: FA5270-22-Q-0055 18th LRS; Advanced Hearing Protection, Okinawa, Japan Brand Name (The quote shall be valid until 9 July 2022) 1. Please respond to this RFQ by emailing response to: SSgt Jose Medel at E-mail jose.medel@us.af.mil and A1C Chloe Harris, chloe.harris.1@us.af.mil no later than 16:00 am Japan Standard Time, 17 June 2022 � Friday. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. Please contact SSgt Jose Medel with additional questions at the above noted email address. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06; DPN 20210709; and AFAC 2021-0726. (Please provide a quote for the line items listed below. Failure to quote on all CLINs may render the quote unacceptable and ineligible for award consideration in the absence of discussions.) ITEM DESCRIPTION QTY Unit Unit Price Extended Amount 0001 3M Peltor MT20H682FB-47N CY ComTac VI NIB Headset Model Number: MT20H682FB-47N CY 10 ea $_____________ $_____________ 0002 3M Peltor FL5063-02 Radio Adapter - Motorola APX, SRX, XPR Model Number: FL5063-02 10 ea $_____________ $_____________ 1001 Option 3M Peltor MT20H682FB-47N CY ComTac VI NIB Headset Model Number: MT20H682FB-47N CY 10 ea $_____________ $_____________ 1002 Option 3M Peltor FL5063-02 Radio Adapter - Motorola APX, SRX, XPR Model Number: FL5063-02 10 ea $_____________ $_____________ TOTAL COST $__________________ DELIVERY ADDRESS: 18 Logistics Readiness Squadron UNIT 5198 BOX 10 APO AP 96368-5198 PHYSICAL ADDRESS: 18 Logistics Readiness Squadron 9040203 Bldg. 3135 KADENA AFB OKINAWA, JAPAN PLEASE PROVIDE THE INFORMATION BELOW: Request for Quote: FA5270-22-Q-0055 FOB: Destination Pricing Quoted: GSA Pricing Only. Includes Open Market prices. Payment Terms: _____________________________ Delivery Dates: 60 Days After Contract Award Company Name: ____________________________________________________________________________________ Address: ____________________________________________________________________________________ DUNS #: _____________________________ Required Cage Code #: ____________________________ POC: _____________________________ Telephone #: ____________________________________ Email Address: _____________________________ Tax ID #: ____________________________________ GSA Contract #: _____________________________ Warranty Information: ____________________________ SPECIAL NOTES AND INSTRUCTIONS: 1. Basis for Award. 18 CONS/PKC will issue a purchase order to the vendor who is determined to offer the best value to the Government. 2. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the best value. 3. Offerors must be registered in the BetaSam website at https://beta.sam.gov/, in order to be considered for award. A current copy of a prospective awardee�s Reps and Certs will be validated using the SAM website prior to the issuance of an award. Failure to comply with SAM registration will deem the offeror ineligible for award. 4. All offerors shall complete FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020). 5. The following FAR/DFARS/AFFARS provisions and clauses are applicable to this solicitation. It is the contractor�s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: https://www.acquisition.gov/ (For full text references, go to the link above.) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Request for Quote: FA5270-22-Q-0055 52.212-1 Instruction to Offerors�Commercial Items (Mar 2020) 52.212-3Alt I Offeror Representations and Certifications -- Commercial Items (Mar 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.217-5 Evaluation of Options (July 1990) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.215-7013 SUPPLES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE CONTRACTORS (JAN 2018) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (OCT 2019) 6. CLAUSES and PROVISISONS INCORPORATED BY FULL TEXT 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Request for Quote: FA5270-22-Q-0055 (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Offeror represents that it ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer� (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020) a) Definitions. As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". Request for Quote: FA5270-22-Q-0055 (c) (1) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it ? does, ? does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30 days____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ days [60days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _____24______ (months). (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acq.gov (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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/these address(es): http://acq.gov Request for Quote: FA5270-22-Q-0055 (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC TBD Issue By DoDAAC FA5270 Request for Quote: FA5270-22-Q-0055 Admin DoDAAC FA5270 Inspect By DoDAAC TBD Ship to DoDAAC TBD (3) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. 18cons.wawf@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN (OCT 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/KH (Chief Enlisted Manager) 25 E Street, Suite B-100 JBPH-H, HI 96853-5427 Phone: (808) 449-8569 FAX: (808) 449-8571 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. Request for Quote: FA5270-22-Q-0055 (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 7. ATTACHMENTS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c4e81ce55ef42cebbea609b0eb967fe/view)
- Place of Performance
- Address: Kadena, AP 96367, JPN
- Zip Code: 96367
- Country: JPN
- Zip Code: 96367
- Record
- SN06353591-F 20220611/220609230107 (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 |