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. The solicitation F2ETG15097A101 is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a sole source total small business set aside. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-81 April 10, 2015. The North American Industry Classification System (NAICS) code is 334511. The SB size standard for this code is 750 employees.
Description
CLIN0001 NGBPS Controller, P/N TMC-LSAT-CONT.
Controller - CPU: AMD Geode LX800, 500 MHz.
Memory: 512MB. Flash: 1 GB. Video: VGA: Supports up to 1920 x 1440 x 32 bpp at 85 Hz. USB: 4xUSB 2.0. Serial: 4X RS-232, 5th port supporting Metstation data collection. Ethernet: 2 ea @ 10/100Mbs.
Enclosure: Mount Rack - 19", Color: Black, Height: 2U, Depth: 8", Type:Vented.
Electrical: 9 to 32 volts DC input, 3 Amp fuse protection.
DC Power I/O: 1 ea Met-station, 1 ea Loclite, 2 ea RF Amplifiers.
Environmental: Operating range: Temp -40 ~ 85 degrees C.
Qty:1 Ea
All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.
The following FAR provisions and clauses are applicable to this solicitation:
FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.212-3 Offerors Representations and Certifications-Commercial Items FAR 52.212-4 Contract terms and conditions-Commercial Items
FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders- Commercial Items
FAR 52.232-40, Providing Accellerated Payments to Small Business Subcontractors
The following DFARS provisions and clauses are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7003 Agency Office of the Inspector General
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate
DFARS 252.225-7001 Buy American and Balance of Payments Program
DFARS 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate
DFARS 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.239-7017 Notice of Supply Chain Risk
DFARS 252.239-7018 Supply Chain Risk
DFARS 252.244-7000 Subcontracts for Commercial Items
The following AFFARS provisions and clauses are applicable to this solicitation:
5352.201-9101Ombudsman
252.232-7006 WIDE AREAWORKFLOWPAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to useWAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at thisWeb site.
(d) WAWF training. The Contractor should follow the training instructions of theWAWFWeb-Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be viaWeb entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Not applicable
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered inWAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F87700
Issue By DoDAAC FA4801
Admin DoDAAC FA4801
Inspect By DoDAAC
Ship To Code F2EGT1
Ship From Code Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC) Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC Other DoDAAC(s)
--------------------------------------------------------------------------------------------
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
Buyer:[email protected]
ContractingOfficer: [email protected] AdditionalContact: [email protected]
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity'sWAWF point of contact.
See Buyer above
(2) For technicalWAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
Points Of Contact
Contract Administrator:Jodie Odom, Phone: (575) 572-0455, FAX: 575-572-7333, e-mail [email protected]
Contracting officer: Samantha DeLucia, SSgt , USAF, Phone: 575-572-0671, FAX: (575) 572-7333, e-mail [email protected]
IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.
Questions in regards to this solicitation are due by 4 May 2015 at 0800 (8:00 a.m.) Mountain Standard Time.
Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1200 (12:00 p.m.) Mountain Standard Time on 05 May 2015. All quotes must be marked with RFQ number and title.