Wyoming Bids > Bid Detail

(Brand Name) Trimble X7

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159130621773236
Posted Date: Aug 7, 2023
Due Date: Aug 11, 2023
Solicitation No: FA461323Q0021
Source: https://sam.gov/opp/3bba679ca3...
Follow
(Brand Name) Trimble X7
Active
Contract Opportunity
Notice ID
FA461323Q0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Aug 07, 2023 09:36 am MDT
  • Original Published Date: Aug 02, 2023 04:31 pm MDT
  • Updated Date Offers Due: Aug 11, 2023 11:00 am MDT
  • Original Date Offers Due: Aug 11, 2023 11:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 26, 2023
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6675 - DRAFTING, SURVEYING, AND MAPPING INSTRUMENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q0021

Purchase Description: Trimble X7





1. This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% Small Business Set-Aside.



2. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q0021, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334511, with a small business standard of 1,250 Employees.



3. The Government intends to award a Firm Fixed-Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-04 effective 2-Jun-23, Defense Federal Acquisition Regulation Supplement DFARS Change Number 06/09/2023 effective 9-Jun-23 and Department of the Air Force Federal Acquisition Regulation Supplement DAFAC 2023-0707 effective 7/7/2023



4. DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination.



All items are Brand Name only.



CLIN 0001:



Quantity: 1 Unit of Issue: Each (Delivery related expenses must be included in Price)



Product Description



Description: Trimble X7 kt with T10x Tablet



Item No: X-7-100-00-T10X



Requested Evaluation Criteria:



3D Laser Scanning System with Laser Pointer



IP55 Rated



Automated Calibration



Automated Self-Leveling



Integrates with Trimble Perspective for Georeferencing



Includes Trimble Registration Assist



2 year warranty



Intel i7 Processor



1TB Storage



32GB RAM



8 MP Camera



Unit Price: $_____________ Quoted Total Price: $________________



OVERALL TOTAL PRICE: $ __________________





DELIVERY DATE(S): 30 calendar days after notice of award.



PLACE OF DELIVERY: 90 CES



ATTN: Mr. Jack Jenkins



Ms. Alice Macvey



(307) 773-5091



300 Vesle Dr



Bldg 320



FE WARREN AFB WY 82005



5. Quotes MUST be received no later than 1100 AM MDT 11 August 2023; by e-mail to rebecca.behne@us.af.mil and austin.breault@us.af.mil



6. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



7. APPLICABLE FAR CLAUSES:



a. All applicable Provision/Clauses can be found in Attachment 1 – Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.



8. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items



(m)



a. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



b. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



c. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and



“quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



d. The Government will consider all quotes that are timely received and may consider late quotes.



Failure of a quote to address any items required in the submission package may make a quote



Unacceptable.



e. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



(a) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price.



(b) Total Firm Fixed price



(c) Any Discount Terms



(d) Estimated time of delivery



(e) Technical Submission Requirements: Quoter to provide documentation or descriptive literature on commodities characteristics.



(f) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.



(End of provision)



9. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021)



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:



(1) Technical capability of the item offered: meets the required specifications identified within each CLIN.



(2) Price: Award will be made to the lowest price technically acceptable quote. No additional



information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to determine the reasonableness of the offered prices.



(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)



10. AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019)



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 OMB Circular A-76 competition performance decisions).



c. If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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)



ATTACHMENT:



Attachment 1 – Provisions and Clauses



Attachment 2 – Brand Name J&A


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >