*****THIS REQUIREMENT IS BEING SOLICITED AS A SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. ONLY QUOTES FROM SDVOSBs WILL BE ACCEPTED*****
The Utah National Guard is soliciting a requirement for Military Altitrack Altimeters under combined synopsis/solicitation W911YP18R0039 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Service-Disabled Veteran Owned Small Business set-aside under NAICS code 334511 "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing" which has a Small Business Size Standard of 1,250 employees (www.sba.gov). FOR VENDOR'S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery shall be 60 days ARO. This award should be able to be filled by a single vendor.
This requirement calls for the purchase and delivery of:
(90 EA) Military Alitrack Altimeters, 12k, US (Stealth) (P/N: L308230-US)
(8 EA) Altiset II (P/N: L8020D0G)
This is a Brand-Name Requirement. However, similar items that meet or exceed the technical characteristics of the items listed above may be accepted.
FAR REGULATION:
All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "Non-Manufacturer Rule). FAR 19.102 (f) states that "a small business primer contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories". This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting". FAR Clause 52.219-14 states that "any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials."
CONTRACT TYPE / EVALUATION CRITERIA:
The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Best Value Tradeoffs. A Best Value quote is one that meets all the technical aspects of this requirement while providing the best value to the government, IAW FAR 15.101-1. Tradeoff factors that will be considered include: technical and price, in that order of importance. Technical will be rated more important than price. For quotes to be considered technically acceptable, vendors must have items delivered within 60 days ARO.
SAM REGISTRATION:
All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.
IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
QUOTES:
Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 12:00 pm (Mountain) 4 September 2018. All submissions should be sent via email to: [email protected]. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
CLAUSES:
The following provisions and clauses are applicable to this solicitation:
FAR 52.202-1 - Definitions
FAR 52.203-3 - Gratuities
FAR 52.204-7 - Central Contractor Registration
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.212-1 - Instructions to Offerors
FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items
FAR 52.212-4 - Terms and Conditions - Commercial
FAR 52.212-5 - Dev - Statutes/Exec Orders
FAR 52.219-1 (Alt I) - Small Business Program Representation
FAR 52.219-6 - Notice of Total Small Business Set-Aside
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitations on Subcontracting
FAR 52.219-28 - Post-award Small Business Program Representations
FAR 52.222-3 - Convict Labor
FAR 52.222-21 - Prohibit Segregated Facilities
FAR 52.222-22 - Previous Contract and Compliance Reports
FAR 52.222-25 - Affirmative Action
FAR 52.222-26 - Equal Opportunity
FAR 52.222-36 - Affirmative Action for Workers With Disabilities
FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 - Combating trafficking in Persons
FAR 52.222-54 - Employment Eligibility Verification
FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 - Restrictions on Certain Foreign Purchases
FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 - Payments
FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 - Disputes
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.243-1 (Alt 1) - Changes-Fixed Price
FAR 52.247-34 - FOB Destination
FAR 52.252-1 - Provisions Incorporated by Reference
FAR 52.252-2 - Clauses Incorporated by Reference
FAR 52.252-5 - Authorized Deviations in Provisions
FAR 52.252-6 - Authorized Deviation in Clauses
DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 - Control of Government Personnel Work Product
DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 - Dev Terms and Conditions
DFARS 252.225-7001 - Buy America Act and Balance of Payments Program
DFARS 252.225-7002 - Qualifying Country as Subcontractors
DFARS 252.225-7012 - Preference for Certain Domestic Commodities
DFARS 252.232-7003 - Electronic Submission of Payment Requests
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 - Pricing of Contract Modifications
DFARS 252.243-7002 - Requests for Equitable Adjustment.
FAR 52.252-2 Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTP://FARSITE.HILL.AF.MIL.