Federal Bid

Last Updated on 18 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Allison Pennsylvania

Noise Canceling Headphones

Solicitation ID FA4855-17-T-0019
Posted Date 24 Jul 2017 at 3 PM
Archive Date 18 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4855 27 Socons Lgc
Agency Department Of Defense
Location Allison Pennsylvania United states

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; This is a Request for Quotation (RFQ) and a written solicitation will not be issued.

2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20170119.

3) The standard industrial classification code is 5965, NAICS is 334310, Small Business Size Standard for this NAICS code is 750 employees.

4) Description:
a) CLIN 0001 (120 EA) - H10-76XL Noise Canceling Headphones OR EQUAL
Contractors must submit a quote that meets the following minimum specifications:
o Active Noise Reduction
o Powered by alkaline batteries or rechargeable batteries
o Auto Shut-Off
o Total Noise Reduction: 41 dB
o Selectable Stereo/Mono
o Dual Volume Control
o No Cell Phone Interface
o Gel Ear Seals
o Flex/wire Mic Boom

5) Delivery shall be F.O.B. Destination to:
9 SOS
Attn: SSgt Joshua Monroe
104 South Dagger Road
Cannon AFB, NM 88103
Delivery Date: 30 Days ADC

The following provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:
1. Price
2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (David Clark or Equal) (i.e., products brochures and/or products data shall be attached to the price proposal).
*All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

The following FAR clauses applies to this acquisition:
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.219-6 Notice of Total Small Business Aside
FAR 52.219-13 Notice of Set-Aside of Orders
FAR 52.219-28 Post Award Small Business Program Rerepresentation
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 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions On Certain Foreign Purchases
FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management.

The following DFARS clauses cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252-225-7001 Buy American and Balance of Payments Program
DFARS 252-225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.247-7023 Transportation of Supplies by Sea-Basic
DFARS 252.232-7003 Electronic Submission of Payment Request

The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman

6) Quotes must be signed, dated and submitted by 3 August 2017, 1000hrs, Mountain Standard Time. Quotes must be electronically submitted via email to BOTH of the following points of contact.

Primary: Amn Christopher Weaver - [email protected]
Alternate: SrA John Takats - [email protected]

7) You must include shipping costs in the overall contract price.

8) For further inquires, please email the Point of Contacts listed above or the Contracting Officer, SSgt David Valenzuela at [email protected].

Bid Protests Not Available

Similar Past Bids

Kingman Arizona 17 Aug 2017 at 4 PM
Massachusetts Not Specified
Jacksonville Florida 05 Sep 2007 at 4 AM
Bayview Idaho 20 Jul 2018 at 12 AM
Bayview Idaho 18 Aug 2018 at 7 PM

Similar Opportunities