Tactical Communication Headsets
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jun 06, 2023 12:06 pm EDT
- Original Published Date: May 31, 2023 07:59 am EDT
- Updated Date Offers Due: Jun 30, 2023 02:00 pm EDT
- Original Date Offers Due: Jun 30, 2023 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 15, 2023
- Original Inactive Date: Jul 15, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5965 - HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS
- NAICS Code:
- 334310 - Audio and Video Equipment Manufacturing
- Place of Performance: Chicopee , MA 01022USA
Description
06/06/2023: updated RFI 6-6-23.pdf to add questions and answers for more requests for information.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
06/06/2023: RFI 6-6-23.pdf added to address questions received.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(i) This is a combined synopsis/solicitation for commercial items 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.
(ii) Solicitation number FA660623Q0007, is hereby issued as a Request for Quotes (RFQ) for EOD Tactical Headsets and Push to Talk Adapter for Military Radios. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2023-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20230427. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 334310 – Audio and Video Equipment Manufacturing; Small Business Size Standard is 750 employees.
(v) Vendor MUST provide unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule (Fillable)".
(vi) Description of Requirement: The vendor will provide 21 tactical headsets, 21 push to talk adapters, and freight/delivery IAW page 4 of attachment “Solicitation FA660623Q0007 – EOD Tactical Headsets and Push to Talk Adapter for Military Radios”
(vii) Acceptance is FOB destination: 439 CES CED 250 Patriot Ave Box 23 Westover ARB, Chicopee, MA 01022.
(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI Number, and Business Size.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “FA660623Q0007 Clauses (Fillable)” and submitting it with their quotes.
Vendor Solicitation amendments, if any, need to be acknowledged.
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of lowest price technically acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sums of CLINS 0001 & 0002 (CLIN 0003 if applicable). Technical acceptability - quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating offered product MUST meet the salient features outlined in “Tactical Communication Headsets Salient Features” attachment. Additionally, a copy of product specifications must be included with quotes that clearly shows salient feature requirements are met. Price and technical will be weighed equally and any item failing to meet salient features will not be considered and receive an unacceptable rating.
(x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled “FA660623Q0007 Clauses (Fillable)” and submitting with your quotes.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EST, 30 June 2023 to 439confpk@us.af.mil with "Solicitation FA660623Q0007" in the subject line.
(xvi) Questions concerning this soliciting should be directed to 439confpk@us.af.mil. Ensure to include the solicitation number “FA660623Q0007” in the subject line.
(xvii) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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.
Attachments/Links
Contact Information
Contracting Office Address
- CP 413 557 3508 250 AIRLIFT DR BLDG 2400
- WESTOVER AFB , MA 01022-1508
- USA
Primary Point of Contact
- Robert Stacy
- robert.stacy.2@us.af.mil
- Phone Number 4135572134
Secondary Point of Contact
- Alex Arnold
- alex.arnold.4@us.af.mil
- Phone Number 4135572493
History
- Jul 15, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 14, 2023 01:31 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 06, 2023 12:06 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 06, 2023 10:00 am EDTCombined Synopsis/Solicitation (Updated)
- May 31, 2023 07:59 am EDTCombined Synopsis/Solicitation (Original)