The RFP Database
New business relationships start here

David Clark Wireless Headsets


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combination synopsis/solicitation for commercial items in accordance with the format in FAR 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.
1. The solicitation number is:F6L2MT6202AW01
The solicitation is issued as a request for quotation (RFQ). Quotes shall be valid 30 calendar days after the close of the solicitation.
2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89.
3. This solicitation is set aside for Total Small Business and associated NAICS code 334220 with the following small business standard 1250 EMP.
4. Brand Name: David Clark
0001 - SELF CONTAINED WIRELESS INTERCOM SYSTEM,HEADSETS (P/N 40990G-01) - 16 ea;
0002 - SELF CONTAINED WIRELESS INTERCOM SYSTEM, GATEWAYS (P/N 40993G-01) - 15 ea;
0003 - SELF CONTAINED WIRELESS INTERCOM SYSTEM, BELT STATION (P/N 40992G-02) - 16 ea;
0004 - SELF CONTAINED WIRELESS INTERCOM SYSTEM, 7 PIN INTERFACE CORD (P/N 41035G-06) - 15 ea;
0005 - SELF CONTAINED WIRELESS INTERCOM SYSTEM, BATTERY CHARGING UNIT (P/N A99-14CRG) - 4 ea;
0006 - SELF CONTAINED WIRELESS INTERCOM SYSTEM, POWER CORD KIT 110 VAC - 4 ea.
5. Description of Items to be acquired
a. Descriptive Literature: Offerors shall submit copies of descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above.
b. Documents to be included: In order to be considered to award, offerors shall provide (1) a quote on company letterhead including the company DUNS #, detailing the item description, unit price per item, total price and shall be valid for at least 30 days;
c. Rejection of Quotation: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.
6. Delivery: FOB Destination. Delivery to:
187th Fighter Wing - F6L2MT
Attn: Michael Hall
5187 Selma Hwy
Montgomery, AL 36109.
DELIVERY DATE DUE: The Government required delivery on or before 30 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.
7. The following provisions and clauses apply to this acquisition and can be found in full text at http://farsite.hill.af.mil/. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management.; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, 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 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award; 52.222-50 Combatting Trafficking In Persons; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payment Program; 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; 252.244-7000 Subcontracts for Commercial Items; 252.225-7048 Export Controlled Items;
8. Evaluation and Award Factors - In accordance with FAR 13.106-1(a)(2) the contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, and considered best value. The Government intends to award a Firm Fixed Price contract.
9. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.fbo.gov Potential Offerors will be responsible for downloading their own copy of these documents related to this procurement. Furnish quotes to TSgt Kathryn Graham, Contracting Specialist, 187th Fighter Wing at kathryn.p.graham.mil@mail.mil, no later than 4:00 PM Central Standard Time on 02 September 2016. Requests for Information (RFI) may be sent no later than 11:00 a.m. on 01 September 2016 to kathryn.p.graham.mil@mail.mil. Late quotes will be not be accepted.


Kathryn P. Graham, Phone 3343947531, Email kathryn.p.graham.mil@mail.mil - Stephen A. Shanks, Phone 3343947530, Email stephen.a.shanks2.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP