SOLICITATION NOTICE
66 -- (Brand Name) Trimble Survey Equipment
- Notice Date
- 8/30/2022 1:10:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461322QSURV
- Response Due
- 9/8/2022 1:00:00 PM
- Archive Date
- 09/23/2022
- Point of Contact
- Rebecca Behne, Phone: 3077734911, Nathean Stoner, Phone: 13077734650
- E-Mail Address
-
rebecca.behne@us.af.mil, nathean.stoner.1@us.af.mil
(rebecca.behne@us.af.mil, nathean.stoner.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Solicitation Number: �FA461322QSURV Purchase Description: �Trimble Survey Equipment Brand Name This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. �This solicitation will be posted to Contract Opportunities found on the SAM.gov web-site as a 100% Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322QSURV, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13.5, Simplified Acquisition Procedures. �The North American Industrial Classification System (NAICS) code for this procurement is 334220, with a small business standard of 1,250 or less employees. The Government intends to award a contract to secure cold weather parkas and bibs for F. E. Warren AFB, WY. �The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-07 effective 10-Aug-22, Defense Federal Acquisition Regulation Supplement DPN 20220623 effective 23-Jun-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2022-0701 effective 01-Jul-22. DESCRIPTION OF ITEMS/SERVICES: All items are Brand Name only. CLIN 0001:� Trimble R12i Configuration Level - R12 Base and Rover Mode, Item No. R12I-CFG-001-40 Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0002:� Trimble Dual Battery Charger with Power Supply and Power Cord, Item No. 101070-00-01 Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0003:� Trimble Rod - 2.0m Carbon Fiber Range Pole with Bipod, Item No. 43169-00 Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0004:� Trimble TSC5 Controller - WWAN, Worldwide Region, Item No. TSC5-1-1100-00 Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0005:� Trimble Access - General Survey (Perpetual License), Item No. TA-GENSURV-P Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0006:� Trimble T7/TSC5/TSC7 Quick Release Pole Mount Clamp with Adjustable Arm, Item No. 121951-01-GEO Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0007:� Trimble TSC5 Pole Mount Bracket (5-pack), Item No. 121952-01-GEO Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0008:� TSC5 Carry Case / Protective Pouch, Item No. 121986-01-GEO Quantity: �2 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0009:� Trimble Alloy GNSS Receiver Including Zephyr Geodetic 3 Antenna, Item No. 109100-10 Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0010:� Trimble Alloy Receiver Enable Galileo, Item No. 109UPG-GAL Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0011:� Trimble Alloy Option: 24GB Memory Upgrade, Item No. 109UPG-24GB Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0012:� Trimble Alloy Receiver Enable Beidou, Item No. 109UPG-BDS Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0013:� Trimble Alloy Option: Enable On-Board RTX, Item No. 109UPG-RTX Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ CLIN 0014:� Hardware Maintenance � TAP Alloy Receiver, Item No. EWTAP-ALLOY-HW Quantity: �1 EA ��������������������������������������� Unit Price:� _______________���������������� Extended Price:� ________________ Total Price:� _________________________ DELIVERY: �60 Days ARO PLACE OF DELIVERY:� F.E. Warren AFB, WY.� Delivery related expenses must be included with the price of the commodities. Responses/quotes MUST be received no later than Thursday, September 8, 2022; 2:00 PM MDT. Forward responses by e-mail to rebecca.behne@us.af.mil and troy.johnson.19@us.af.mil. Offerors must ensure that their company is registered with System for Award Management (SAM) at time of quotation. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in the attached document.� The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (m) (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3)� The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively.� Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4)� The Government will consider all quotes that are timely received and may consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5)� Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1)� Completed prices with all areas completed with any additional services necessary, as appropriate. (2)� Total Firm Fixed price (3)� Any Discount Terms (4)� Technical Submission Requirements:� Quoter to provide documentation or descriptive literature on commodities characteristics. FAR 52.212-2� Evaluation -- Commercial Items (Oct 2014) (a) 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 and other factors considered.� The following factors shall be used to evaluate offers: (i) technical capability of the item offered: meets the Government requirement/specifications as identified within each CLIN. (ii) price: Award will be made to the lowest price technically acceptable.� No additional information from the offeror will be required if the price is based on adequate price competition.� In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.� Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) AFFARS 5352.201-9101 AFGSC Ombudsman 2019-10 (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, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. 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. (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) ATTACHMENTS Attachment 1 � Provisions and Clauses Attaachment 2 - Trimble Brand Name Justification
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/263a2efff09d457dad38fdf2fc34a895/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN06446862-F 20220901/220830230129 (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 |