Federal Bid

Last Updated on 01 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Force Pennsylvania

AV and VTC Systems

Solicitation ID FA8751-11-Q-TSBS
Posted Date 12 Sep 2011 at 7 PM
Archive Date 01 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Force Pennsylvania United states

**Amendment 1***
Question & Answers are posted.



This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-11-Q-TSBS is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total Small Business set-aside under NAICS code 334310 and small business size standard of 750 employees.

The contractor shall provide the items described in the "Statement of Requirements" on a Firm Fixed Price (FFP) basis. Offerors shall separately price each item, quantify the warranty term, and include the cost of shipping FOB Destination in the total price.

SITE VISIT is highly encouraged and will be conducted 1 PM (ET) THU 08 SEP 2011 at Air Force Research Laboratory Rome NY. To ensure attendance, offerors must complete and submit the attached Site Visit Reservation form.

Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted.

The expected delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3 PM (ET) FRIDAY 16 SEP 2011. Submit to: AFRL/RIKO, Attn: Tiffany Slopka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email: [email protected]. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. Offerors shall provide an equipment list showing part numbers, models, manufacturer, and other nomenclature. In addition, offerors shall provide product literature or other documentation as necessary.

(b)(10) No past performance information is required.

(b)(11) INCLUDE A STATEMENT VERIFYING THAT YOUR FIRM IS CAPABLE OF CONFORMING TO THE REQUIREMENTS OF DFARS CLAUSE 252.211-7003, ITEM IDENTIFICATION AND VALUATION.  This clause applies to certain items with unit price greater than or equal to $5,000.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.

The provision at 52.212-2, Evaluation - Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE and (ii) TECHNICAL ACCEPTABILITY. Both factors are of equal importance.

The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.

The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition.

The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-6, Notice of Total Small Business Set-Aside
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, Affirmative Action for Workers with Disabilities
52.223-15, Energy Efficiency in Energy-Consuming Products
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-Central Contractor Registration

The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests
252.247-7023, Transportation of Supplies by Sea Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea

The following FAR and FAR Supplements clauses and provisions also apply:

52.247-34, FOB Destination
252.225-7000, Buy American Act and Balance of Payments Program Certificate
252.232-7010, Levies on Contract Payments
5352.232-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations

5352.201-9101, Ombudsman. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.
Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 16 Sep 2014 at 2 PM
Force Pennsylvania 03 Feb 2016 at 5 PM
New york New york 20 Dec 2012 at 9 PM
Location Unknown 02 Jul 2014 at 7 PM
Washington District of columbia 05 Feb 2018 at 4 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Edwards California 15 Jul 2025 at 11 PM
Edwards California 15 Jul 2025 at 11 PM