(v) CLIN (0001)
- R7GNSSRTK-PB09 One GPS Base 2 GPS Rovers or equal (this is for all of the following items also), including:
- Trimble R7 GNSS System, 1 Internal Radio 410-430 MHz, Part # R7200-42 - 1 each
- Trimble R7 GNSS RTK Rover, 1 Internal Radio 410-430 MHz, Part # R7201-42 - 2 each
- Office Software: Special Offer for Trimble Business Center Survey Advanced, Part # 63610-00 - 1 each
- TSC2 Trimble Survey Controller, Color 64/128, Part # TSC216 - 2 each
- Accessory - TSC2 GPS Accessory Kit for use with GPS configuration, Part # 56044-00 - 2 each
- GPS Charging Bundle Dual Li-Ion Battery Charger, Power Supply and Cord, Part # GPS61116B - 4 each
- Radio - HPB450 Base Set, 410-420 MHz, Part # 56650-42-01 - 1 each
- Tripod - Adjustable Height, 1.8m for GPS (for base GPS receiver), Part # 28959-00 - 1 each
- Rod - 2.0m Carbon Fiber Range Pole with Bipod, Part # 43169-00 - 2 each
- Tripod - Wooden Medium Duty (for base radio), Part # 12178 - 1 each
- Power and Charging Kit, Part # 51693 - 1 each
- Battery, Li-Ion 2.4Ah, 7.4V, Part # 54344 - 4 each
- Unlimited Technical support worldwide 24/6. Cost per receiver or rover - 1 time
- Cable-GPS 1.6M TNC to TNC, Part # 41300-02 - 1 each
- Power Supply 60W 18V 3.4A 100-240VAC, Part # 62546 - 1 each
- Cable-Power, smart charger power cable, Part # 51695 - 1 each
- Cable 1.2M Hirose, data TSC2>5600, Part # 148-CGEOD600STRT - 1 each
(vi) FOB-Destination for delivery to: 366 CES/CEP, Bldg 1300, MHAFB, ID, 83648 Delivery NLT 20 Nov 09. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
(vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability.
(vii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included.
(ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC)
**Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email [email protected], Phone: (757)764-5372, Fax:(757)764-4400**
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).
(xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).
(xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.
(xiii) 1. The proposed contract is 100% set aside for small business concerns.
(xiv) Quotes must be emailed to (Daniel Morphew, [email protected]), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 29 Sep 09.