Radio/Television Broadcasting and Wireless Navigational/Communications Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
FA462619Q0022

Basic Details

started - 21 Feb, 2019 (about 5 years ago)

Start Date

21 Feb, 2019 (about 5 years ago)
due - 22 Feb, 2019 (about 5 years ago)

Due Date

22 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA462619Q0022

Identifier

FA462619Q0022
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE AIR FORCE (59593)AFGSC (4076)FA4626 341 CONS LGC (596)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MALMSTROM AFB, MT Radio/Television Broadcasting and Wireless Navigational/Communications Equipment(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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.(ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-19-Q-0022.(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.(iv) This procurement is being solicited as a total small business set-aside as a brand name or equal requirement. The North American Industry Classification System (NAICS) code is 334220 with a small business size standard of 1,250 employees.(v) Requirement: When submitting your
quotation, please structure your Contract Line Item Numbers (CLINs) to the following format:CLIN 0001 Geospatial Equipment including shipping charges OR EQUAL TO; Lot (Unit of Issue)(vi) Please refer to the attached specifications for all requirements. (vii) Delivery: 90 days after date of contract (ADC). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition.FAR 52.212-1 Addenda:Offerors' quotation shall conform to the required specifications as referenced in paragraph (vi) above and as attached to this solicitation. Salient characteristics must integrate seamlessly with no physical modification(s)/alternation(s) to existing or installed equipment. Any offeror not conforming to the required specifications, to include proposing modifications to existing equipment shall be deemed non-responsive and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications as attached to this solicitation. Any offeror providing an "or equal/equivalent" item shall specifically state how its item is an "or equal/equivalent" substitute and must include descriptive literature. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications.For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance.Questions in regards to this solicitation are due no later than Thursday 21 February 2019 by 2 pm MT.Prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Notice: Effective 11 June 2018, entities registering in SAM (and those renewing expired registrations) will be required to submit a notarized letter appointing their authorized Entity Administrator. Information regarding this requirement can be found at the following link: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183.Your quotation must remain valid for 90 days after the close of this solicitation.(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision:(a) Offerors shall be ranked by price in ascending order from lowest priced to highest priced. Quotations shall then be evaluated on the basis of how the quotation conforms to the required specifications as attached to this solicitation. Any quotation not meeting the required specifications shall be deemed non-responsive and therefore, ineligible for award. Award shall be made to the lowest-priced quotation that also meets the required specifications contained in this solicitation.(x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition.(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018).52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).52.233-3 Protest After Award (Aug 1996).52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004).52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).52.222-3 Convict Labor (June 2003) (E.O. 11755).52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).52.222-21 Prohibition of Segregated Facilities (Apr 2015).52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246).52.222-35 Equal Opportunity for Veterans (Oct 2015).52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013).(End of Clause)(xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices:52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)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)252.203-7002 Requirements 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)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism (Oct 2015)252.223-7008 Prohibition of Hexavalent Chromium (Dec 2017)252.225-7048 Export-Control Items (Jun 2013)252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018)252.232-7003 Electronic Submission of Payment Requests (Jun 2012)252.232-7006 Wide Area Workflow Payment Instructions (May 2013)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing on Contract Modifications (Dec 1991)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014)5352.201-9101 Ombudsman (Jun 2016)5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)(xiv) Defense Priorities and Allocations System (DPAS) is not applicable.(xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Friday, 22 February 2019. Quote must be emailed to SSgt Joshua Crist at email: 341conspkc@gmail.com; joshua.crist.1@us.af.mil or faxed to commercial: 406-731-3748 to the attention of: SSgt Joshua Crist. Please follow-up the quote submission with an email/call to ensure receipt.(xvi) Direct your questions to SSgt Joshua Crist at commercial: (406) 731-4968 or e-mail: 341conspkc@gmail.com; joshua.crist.1@us.af.mil or MSgt J. Matthew Pilkington at commercial: (406) 731-4031 or e-mail: james.pilkington.1@us.af.mil.

Malmstrom AFB, Montana 59405 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : MontanaCity : Great Falls

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334220 -- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 66INSTRUMENTS AND LABORATORY EQPT