Southwest Microwave and PROTECH Microwave Perimeter Supplies
Agency: | DEPT OF DEFENSE |
---|---|
State: | Oregon |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159860706840555 |
Posted Date: | Sep 1, 2023 |
Due Date: | Sep 12, 2023 |
Solicitation No: | W9127N23Q0117 |
Source: | Members Only |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: Sep 01, 2023 05:30 am PDT
- Original Date Offers Due: Sep 12, 2023 02:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 27, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
-
NAICS Code:
- 334290 - Other Communications Equipment Manufacturing
-
Place of Performance:
Lowell , OR 97452USA
COMBINED SYNOPSIS/SOLICITATION
W9127N23Q0117
Southwest Microwave and PROTECH Microwave Perimeter Supplies
U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP)
31 August 2023
This is a combined synopsis/solicitation for commercial commodities 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.
Solicitation W9127N23Q0117 is for the establishment of a firm fixed price contract for Southwest Microwave and PROTECH Microwave Perimeter Supplies for CENWP Operations Division, Willamette Valley, and Rogue River Project (CENWP-ODVR).
The following solicitation is issued as a Request for Quote (RFQ) under the authority of FAR Part 13, Simplified Acquisition Procedures. The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.
This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 334290, Other Communications Equipment Manufacturing with a Small Business Size Standard of 800 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award.
The Government requests pricing for the following items:
CLIN 0001, Quantity: 3 Each,
Southwest Microwave Transceiver Model 385 (Brand Name, See Attachment 02)
CLIN 0002, Quantity: 8 Each,
Protech Exterior Dual Tech, SDI-76-XL2 Motion (Brand Name, See Attachment 02)
CLIN 0003, Quantity: 36 Each,
Fiber Patch Cable 9/125 Single mode Length 1 Meter Sample P/N FCDUS70V485
CLIN 0004, Quantity: 36 Each,
Fiber Patch Cable 9/125 Single mode Length .5 Meter Sample P/N FCDUS70v8046
FOB Destination Shipping Costs to be Included in the Unit Prices of the Above CLINs.
Delivery Schedule: Delivery of above products is to be 60 days from date of award.
Supplies will be inspected/accepted: All supplies will be inspected/accepted at Destination by Government.
Delivery Information:
US Army Corps of Engineers
40386 West Boundary Road
Lowell, OR 97452
52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM
Proposals shall include the following:
1. Name / Date: __________________________________________________________________
2. Address / Telephone No.: ________________________________________________________
3. Cage Code (or UEI, both from SAM): ____________________________________________
4. Quote – Provide pricing in accordance with the foregoing CLINs. Provide a technical description of the supplies being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.
Submissions: Quotes are due no later than, 12 September 2023, at 2:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Nathean Stoner by email at Nathean.w.stoner@usace.army.mil.
Quotes must be emailed to: Nathean.w.stoner@usace.army.mil & Carl.R.Schmurr@usace.army.mil.
Upon award and satisfactory completion of delivery and installation, payment will be made through:
USACE, Finance Center
cefc-g2invoices@usace.army.mil
Attn: CEFC-AO-P
5722 Integrity Drive
Millington, TN 38054-5005
With an electronic copy submitted to a POC to be specified at the time of award.
ADDITIONAL INFORMATION FOR YOUR USE:
System for Award Management (SAM) IMPORTANT!
**SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter
identifying the authorized Entity Administrator for the entity associated with the Data Universal
Numbering System (DUNS) number is now required before a NEW SAM.gov entity registration
is activated or an EXISTING entity is updated or renewed. The notarized letters MUST BE
POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and
must contain the information outlined in the "instructions for domestic entities" or "instructions for
international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisitionservice/office-of-systems-management/integrated-award-environment-iae/sam-update.
Templates for appointing an Entity Administrator are included within the respective instructions.**
(End of provision)
52.212-2 EVALUATION – COMMERICAL ITEMS (NOV 2021)
(a) The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable 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:
Technical Acceptance
Price
Technical Acceptance
The Government will evaluate the extent to which the quote demonstrates technical capability relative to the requirements in the PWS.
Price
Submit a price quote along with any required representations and certifications. Provide pricing for the CLINs identified in the price schedule.
(b) 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 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)
Attachments
- Clauses and Provisions
- Brand Name Justification Redacted
- KO CONTRACTING DIVISION 333 SW FIRST AVE
- PORTLAND , OR 97204-3495
- USA
- Nathean Stoner
- nathean.w.stoner@usace.army.mil
- Phone Number 5038084634
- Carl Schmurr
- carl.r.schmurr@usace.army.mil
- Phone Number 5037036203
- Sep 01, 2023 05:30 am PDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.