Posted: June 14, 2024, 3:13 p.m. EDT
This is a combined synopsis/solicitation for commercial products 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; quotes are being requested and a written solicitation will not be issued. See attached Purchase description for additional details.
This solicitation is being issued as a Request for Quotation (RFQ). Interested vendors will submit quote on SAM.gov.
New equipment ONLY, NO remanufactured products
This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.
In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested,
your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.
This solicitation is issued as a 100% set aside for small business concerns.
The applicable NAICS code for this procurement is 335921 with the related size standard of 1,000 employees. The
NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; ADDENDUM to FAR 52.212-2-Evaluation-Commercial Items: The Government will award a firm fixed priced contract to the responsible offeror whose offer, conforming to the requirements in this Request for Quote (RFQ) will be most advantageous to the Government. Price and other factors considered. The basis for award is Lowest Price Technically Acceptable (LPTA) according to the specifications provided; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance:
The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment (NO EXCEPTIONS). Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
SAM Requirement:
Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.
Period of Acceptance of Offers:
Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Date of Delivery: 60 days from date of award.
Place of Delivery: W469 US ARMY AIR AND MISSILE D, BLDG 1660 BRADLEY ROAD, FORT BLISS, TX 79916-0000
FOB: Destination
The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition:
FAR Provisions:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (Nov 2021)
Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with the offer (Nov 2023)
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sept 2022)
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021)
DFARS Clauses:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022)
252.204-7003, Control of Government Personnel Work Product (Apr 1992)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.232-7010, Levies on Contract Payments (Dec 2006)
Protest:
It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
Posted: May 28, 2024, 1:14 p.m. EDT
Posted: May 22, 2024, 5:14 p.m. EDT
Posted: May 13, 2024, 1:46 p.m. EDT
Background
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in subpart 12.6. This solicitation is being issued as a Request for Quotation (RFQ) and is a 100% set aside for small business concerns.
Work Details
The U.S Army Operational Test Command has a requirement for TFOCA II Fiber Optic Cables, including specific quantities and specifications such as QTY (10) Assembly, 4CH, M83526 PLUG TO PLUG KEY U, OM4, MIL-TAC CABLE, MARS REEL, 1,000 ft (OCA-1033547-1000F), QTY (10) Assembly, 4CH, M83526 Keyed Universal, Jam Nut Receptacle to LC multimode OM4, Distribution MIL-TAC Cable, 12” breakout, 50 ft (OCA-1031048-0050F), and QTY (2) Assembly, 4CH, Plug to Plug, Keyed Universal, Singlemode 9/125um, MIL-TAC cable Field Broadcast Rodent Deterrent (FRP), with Hannay Reel 1000 meter (D-004CSLS5CMF9-M041).
Period of Performance
Date of Delivery: 60 days from date of award.
Place of Performance
W469 US ARMY AIR AND MISSILE D, BLDG 1660 BRADLEY ROAD, FORT BLISS, TX 79916-0000