Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

58 -- SLM5650A SATELLITE MODEM

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-13-T-6665
 
Response Due
7/18/2013
 
Archive Date
8/17/2013
 
Point of Contact
Point of Contact - arnold palomo, Contract Specialist, 619-553-4511; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(arnold.palomo@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-13-T-6665. This requirement is total small business set aside, NAICS code is 334220 and business size standard is 750 employees. This requirement is for BRAND NAME ONLY DO NOT SUBSTITUTE. ITEM 1 Satellite Modem COMTECH EF Data. Triple Viterbi Encoding Data rate of up to 51.84 MB/sec Support IF (70/140 MHz) and L-Band Must be approved by USAF Global Hawk Program Office for command and control of Global Hawk USAF. CEFD Front Panel(SLM-9000 Compatible), 100-240 VAC Primary Input Power(for SLM-9000 Compatible), 0.1 PPM Stability (for SLM-9000 Compatible), 64kbps- 52 Mbps Modem Data Rate range, Standard + 8PSK Modulation Types, EIA- 422/530, HSSI Data Interfaces(standard), Reed Solomon SW, Triple Viterbi (For SLM-9000C) Part No: SLM5650A QTY: 1 PRICE: ITEM 2- SHIPPING(IF ANY) SAN DIEGO, CA. 92110. DFAR 252.211-7003 ITEM IDENTIFICATION AND VALUATION APPLIES FOR EACH ITEM OVER 5K. To be considered for award, the offeror certifies that the product being offered is an original and new brand name product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufactures to sell the brand name product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original brand name packaging. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that Offeror was not authorized by the manufacturer to sell the brand name product in the U.S. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68 (06/26 /13) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 06/26/13. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-13-T-6665. The point of contact for this solicitation is Arnold Palomo at arnold.palomo@navy.mil. Please include RFQ N66001-13-T-6665 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61c6f4ab0a3b3d4134231f4b79893433)
 
Record
SN03110570-W 20130711/130709234653-61c6f4ab0a3b3d4134231f4b79893433 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.