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.
Requirements
Purchase of Chapter 10 Recorder. All parts requested in this quote are to be brand new, never used.
Scope of Work
CLIN Mfr. part No/NSN/Item Manufacturer Product/Service Name Qty Unit
0001 G2-CHS-X01-R02 Smartronix G2 Chassis/CPU, W7 Advanced, Rugged, 8 s, 1 EA
0002 G2-CHS-1XX-R02 Smartronix G2 Chassis/CPU, W7 Rugged, 8 slots Stand, 1 EA
0003 G2-MEDIA-DISK-101 Smartronix Media 1, Disk Capacity Type 1, 2 EA
0004 G2-MEDIA-DISK-202 Smartronix Media 2, Disk Capacity Type 2, 2 EA
0005 G2-MEDIA-DVD-401 Smartronix Media 4, DVD, Capacity Type 1, 1 EA
0006 G2-PCM-411-30-01 Smartronix PCM Input/output, 4 Channel, 30Mbps, w/B, 1 EA
0007 G2-CBL-101 Smartronix G2 Breakout Cable, 1 EA
0008 XMOD-100-XYZ Smartronix Application Specific Modification, Type, 1 EA
IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
Any offerors believing they can provide an equal product that meets all of the features and functionality of the listed parts or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for a brand name part. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the requested items. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government.
The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered.
CLAUSES INCORPORATED BY FULL TEXT (UPDATED 03/11/09)
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://farsite.hill.af.mil/
52.204-7 System for Award Management (Jul 2013)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012)
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (MAY 2012)
52.211-17 Delivery of Excess Quantities (SEP 1989)
52.212-1 Instructions to Offerors--Commercial Items (FEB 2012)
52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (SEP 2010)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.222-37 Employment Reports on Veterans (SEP 2010)
52.222-50 Combating Trafficking in Persons (FEB 2009)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-28 Invitation to Propose Performance-Based Payments (MAR 2000)
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003)
52.233-3 Protest after Award (AUG 1996)
52.242-15 Stop-Work Order (AUG 1989)
52.247-34 F.O.B. Destination NOV (1991)
52.253-1 Computer Generated Forms (JAN 1991)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010)
252.243-7001 Pricing of Contract Modifications (DEC 1991)
252.246-7000 Material Inspection and Receiving Report (MAR 2008)
The following provisions and clauses have been incorporated by full text. Except where provided below, the full text is available at https://farsite.hill.af.mil:
52.207-4 Economic Purchase Quantity - Supply (AUG 1987)
52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) Alternate I (APR 2011)
52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2012) (Deviation)
Note: The optional clauses identified by items 4, 6, 12, 23, 26, 28, 29, 31, 38, and 47 at 52.212-5(b) apply. Additionally, item 2 at 52.212-5(c) applies.
52.219-1 Small Business Program Representations (APR 2012) Alternate I (APR 2011)
52.219-22 Small Disadvantaged Business Status (OCT 1999)
52.219-28 Post-Award Small Business Program Representation (APR 2012)
52.222-25 Affirmative Action Compliance (APR 1984)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications (DEC 2012)
52.292-99 Providing Accelerated Payment to Small Business Subcontractors (AUG 2012) (Deviation)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
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 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): https://farsite.hill.af.mil
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):
https://farsite.hill.af.mil
52.252-5 Authorized Deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (Apr 1984)
252.204-7006 Billing Instructions (OCT 2005)
252.204-7008 Export-Controlled Items (APR 2010)
252.204-7011 Alternative Line-Item Structure (SEP 2011)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2010)
Offeror representations and certifications provided through the System for Award Management (SAM) are required and shall be verified prior to award. As a result, an otherwise eligible offeror who does not have a recently-updated representations and certifications page may be deemed ineligible for award.
In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or
[email protected] Bid MUST be good for 60 calendar days after submission.
Shipping must be free on board (FOB) destination, AATC, Tucson, AZ 85706 which means that the seller must deliver the goods on its conveyance to AATC or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
No partial shipments unless otherwise specified at time of order.
Submit quotes NTL 25 September 2013 1500 EST
Point of Contacts
For this requirement contact the contracting officer, SMSgt Jonathan Wood, (520) 295-6938. Email:
[email protected]
Bid Protests Not Available