Federal Bid

Last Updated on 06 Aug 2020 at 4 PM
Combined Synopsis/Solicitation
Hill air force base Utah

Purchase thirty seven (37) name brand ECS Case, Loadmaster TSC Rackmount 5U (Series 7500, part number T0002218)

Solicitation ID FA8224-20-Q-LNK2
Posted Date 06 Aug 2020 at 4 PM
Archive Date 23 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa8224 Ol H Pzi Pzim
Agency Department Of Defense
Location Hill air force base Utah United states 84056

Combined Synopsis/Solicitation 
» Link-16 Case Loadmaster«

(i)    This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. 

(ii)    Solicitation Number: FA8224-20-Q-LNK2
This solicitation is issued as a Request For Quotation (RFQ). 

(iii)    This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-05.

(iv)    
Contracting Officer's Business Size Selection    Small Business Set Aside
NAICS Code    332999
Small Business Size Standard    750

(v)    
CLIN    Nomenclature    UI    QTY
0001-AA    ECS Case, Loadmaster TSC Rackmount 5U (Series 7500, part number T0002218)    EA    37

(vi)    Description of  item(s) to be acquired:

The United States Air Force (AF) 309th Electronics Maintenance Group (EMXG) is seeking to procure thirty seven (37) name brand ECS Case, Loadmaster TSC Rackmount 5U (Series 7500, part number T0002218).

(vii)    Period of Performance and place:

•    7 weeks after receipt of order.
•    Delivery will be to the 309th EMXG located at Hill AFB
•    FOB Destination delivery terms shall apply to all orders.


(viii)      The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are   
  due by 1500 MT, 8 September 2020, via electronic mail to [email protected]
a.    Provide Cage code when submitting offer

(ix)    52.212-2, Evaluation -- Commercial Items

(a) 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 following factors shall be used to evaluate offers:

(i)    Price
(ii)    Technically Acceptable with the ability to procure the brand name ECS Case, Loadmaster TSC Rackmount 5U(Series 7500, part number T0002218)

(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.  Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). The contract will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).  

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement 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.

(x)    Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

(xi)    The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.

(xii)    FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)

OTHER FAR CLAUSES AND PROVISIONS

52.204-7     System for Award Management.
52.204-13     System for Award Management Maintenance.
52.204-16     Commercial and Government Entity Code Reporting
52.204-18     Commercial and Government Entity Code Maintenance.
52.204-19     Incorporation by Reference of Representations and Certifications.
52.204-21     Basic Safeguarding of Covered Contractor Information Systems
52.204-22     Alternative Line Item Proposal
52.207-4     Economic Purchase Quantity-Supplies.
52.209-10     Prohibition on Contracting with Inverted Domestic Corporations.
52.211-17     Delivery of Excess Quantities
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     Equal Opportunity for Workers with Disabilities.
52.222-50     Combating Trafficking in Persons.
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—System for Award Management.
52.232-39     Unenforceability of Unauthorized Obligations.
52.233-1     Disputes.
52.233-3     Protest after Award.
52.233-4     Applicable Law for Breach of Contract Claim
52.243-1     Changes--Fixed Price
52.247-34     F.o.b. Destination.
52.249-1     Termination for Convenience of the Government (Fixed-Price) (Short Form).
52.252-1     Solicitation Provisions Incorporated by Reference.
52.252-2     Clauses Incorporated by Reference.
52.252-6     Authorized Deviations in Clauses.
252.203-7000     Requirements Relating to Compensation of Former DoD Officials
252.203-7002    Requirement to Inform Employees of Whistleblower Rights
252.204-7003    Control of Government Personnel Work Product
252.204-7004    Alternate A, System for Award Management.
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls.
252.204-7011    Alternative Line Item Structure.
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support.
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports.
252.232-7006    Wide Area WorkFlow Payment Instructions.
252.232-7010    Levies on Contract Payments.
5352.223-9000     Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101    Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.    
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). 
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Lisette K. LeDuc AFMC OL_PZC 801-777-6549, [email protected].  Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. 
(d) The ombudsman has no authority to render a decision that binds the agency. 
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer 
(End of clause)


(xiii)    Additional Contract Requirement or Terms and Conditions:
N/A

(xiv)    Defense Priorities and Allocations System (DPAS): 
N/A

(xv)    Proposal Submission Information:
All questions or comments must be sent to David “Nick” Padgett by email at [email protected], NLT 1500  MT, 1 September 2020. Offers are due by 1500 MT, 8 September 2020, via electronic mail to [email protected]
    
(xvi)    For additional information regarding the solicitation, contact Nick Padgett at [email protected] or Hideo Mera at [email protected]

Notice to Offerors: 
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil

Attachments:
•    Brand Name Justification

    

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 15 Apr 2021 at 3 PM
Saint inigoes Maryland 16 Jul 2020 at 1 PM
Panama city Florida 22 Aug 2012 at 9 PM
Panama city Florida 17 Jan 2013 at 7 PM

Similar Opportunities