Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOLICITATION NOTICE

59 -- MODULATOR VMM860A5/POWER SUPPLY/CHASSIS - SAP JA

Notice Date
12/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002833206610
 
Archive Date
1/8/2014
 
Point of Contact
Claudio T. Casupang, Phone: 9514132381, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
claudio.casupang@dma.mil, susan.madrid@dma.mil
(claudio.casupang@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Table 1 SAP JA This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ002833206610 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-71, effective 25 November 2013 and DFARS Change Notice 20131206. c. This is a SMALL BUSINESS SET ASIDE. This procurement is a brand name requirement, associated with NAICS Code 334220, and small business employees of 750. Submit 52.212-3 with your quote to substantiate your small business status. d. Description: Note: THESE ITEMS ARE BRAND NAME; SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS. FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE CLIN 0001: MODULATOR VMM860AS AGILE STEREO VIDEO; VESTIGIAL SIDEBAND, HETERODYNE, AUDIO/VIDEO W/SYNTHESIZED VISUAL AND AURAL CARRIERS; ACCEPTS VIDEO AND AUDIO BASEBAND SIGNALS FROM SATELLITE RECEIVERS, TV CAMERA, VIDEOTAPE RECORDER, TV DEMODULATOR, OR SIMILAR SIGNAL SOURCES; CATV CHANNELS 2-135 OR BROADCAST CHANNELS 2-69 SELECTABLE FROM FRONT PANEL; RF FREQ RANGE: 54-864MHZ; VIDEO FREQ RANGE: 20HZ-4.2MHZ; AUDIO FREQ RANGE: 50HZ- 14KHZ; FRONT PANEL CONTROLS RF OUTPUT LEVEL, A/V RATIO, AND VIDEO/AUDIO MODULATION; PWR RQMTS: DC POWER INPUT; 12VDC AT 220MA OR 5VDC AT 400MA; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR 1EA @ _____________ X 145 ea = $_______________ CLIN 0002 - POWER SUPPLY PSM-121 RLD4390001 PROVIDES 5 AND 12VDC TO DRAKE MODULES THROUGH 37-PIN D-CONNECTOR; POWER INPUT 100 TO 240VAC, 50/60HZ, AUTO RANGING; COMES WITH 6FT IEC POWER CORD, AND 12VDC COOLING FAN; F/U/W R.L. DRAKE RMM-12 RACK MOUNTABLE CHASSIS FOR THE DRAKE FAMILY OF MINI-RACK PRODUCTS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. 1EA @ _____________ X 14 ea = $_______________ CLIN 0003- CHASSIS RMM12 RACK MOUNTABLE; 2RU; F/U/W R L DRAKE MINI-RACK PRODUCT SERIES OF ENCODING, MODULATION, AND DEMODULATING EQUIPMENT; HOLDS UP TO 12 MODULES AND POWER SUPPLY; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. 1EA @ _____________ X 10 ea = $_______________ TOTAL OF QUOTE: $___________________________________ FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE e. Delivery and acceptance will be made at location: FOB DESTINATION NAVAL MEDIA CENTER AFLOAT DIVISION WAREHOUSE NAVAL MEDIA CENTER 8345 E. BEECHCRAFT AVE GAITHERSBURG, MD 20879-5000 ATTN: JAMES KUHRT f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. (formerly the Central Contractor Registration ( CCR) database at https://www.acquisition.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2013). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (SEP 2013) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.225-5 Trade Agreements (Sep 2013) FAR 52.225-6 Trade Agreements Certificate (Jan 2005) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. As prescribed in 204.7303, use the following clause: SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) (a) Definitions. As used in this clause- "Adequate security" means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. "Attribution information" means information that identifies the Contractor, whether directly or indirectly, by the grouping of information that can be traced back to the Contractor (e.g., program description or facility locations). "Compromise" means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. "Contractor information system" means an information system belonging to, or operated by or for, the Contractor. "Controlled technical information" means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information is to be marked with one of the distribution statements B-through-F, in accordance with DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. "Cyber incident" means actions taken through the use of computer networks that result in an actual or potentially adverse effect on an information system and/or the information residing therein. "Exfiltration" means any unauthorized release of data from within an information system. This includes copying the data through covert network channels or the copying of data to unauthorized media. "Media" means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system. "Technical information" means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Safeguarding requirements and procedures for unclassified controlled technical information. The Contractor shall provide adequate security to safeguard unclassified controlled technical information from compromise. To provide adequate security, the Contractor shall- (1) Implement information systems security in its project, enterprise, or company-wide unclassified information technology system(s) that may have unclassified controlled technical information resident on or transiting through them. The information systems security program shall implement, at a minimum- (i) The specified National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53 security controls identified in the following table; or (ii) If a NIST control is not implemented, the Contractor shall submit to the Contracting Officer a written explanation of how- (A) The required security control identified in the following table is not applicable; or (B) An alternative control or protective measure is used to achieve equivalent protection. (2) Apply other information systems security requirements when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability. Table 1 -- Minimum Security Controls for Safeguarding Minimum required security controls for unclassified controlled technical information requiring safeguarding in accordance with paragraph (d) of this clause. (A description of the security controls is in the NIST SP 800-53, "Security and Privacy Controls for Federal Information Systems and Organizations" (http://csrc.nist.gov/publications/PubsSPs.html).) See Attached Table 1 Legend: AC: Access Control MA: Maintenance AT: Awareness and Training MP: Media Protection AU: Auditing and Accountability PE: Physical & Environmental Protection CM: Configuration Management PM: Program Management CP: Contingency Planning RA: Risk Assessment IA: Identification and Authentication SC: System & Communications Protection IR: Incident Response SI: System & Information Integrity (c) Other requirements. This clause does not relieve the Contractor of the requirements specified by applicable statutes or other Federal and DoD safeguarding requirements for Controlled Unclassified Information (CUI) as established by Executive Order 13556, as well as regulations and guidance established pursuant thereto. (d) Cyber incident and compromise reporting. (1) Reporting requirement. The Contractor shall report as much of the following information as can be obtained to the Department of Defense via (http://dibnet.dod.mil/) within 72 hours of discovery of any cyber incident, as described in paragraph (d)(2) of this clause, that affects unclassified controlled technical information resident on or transiting through the Contractor's unclassified information systems: (i) Data Universal Numbering System (DUNS). (ii) Contract numbers affected unless all contracts by the company are affected. (iii) Facility CAGE code if the location of the event is different than the prime Contractor location. (iv) Point of contact if different than the POC recorded in the System for Award Management (address, position, telephone, email). (v) Contracting Officer point of contact (address, position, telephone, email). (vi) Contract clearance level. (vii) Name of subcontractor and CAGE code if this was an incident on a Sub-contractor network. (viii) DoD programs, platforms or systems involved. (ix) Location(s) of compromise. (x) Date incident discovered. (xi) Type of compromise (e.g., unauthorized access, inadvertent release, other). (xii) Description of technical information compromised. (xiii) Any additional information relevant to the information compromise. (2) Reportable cyber incidents. Reportable cyber incidents include the following: (i) A cyber incident involving possible exfiltration, manipulation, or other loss or compromise of any unclassified controlled technical information resident on or transiting through Contractor's, or its subcontractors', unclassified information systems. (ii) Any other activities not included in paragraph (d)(2)(i) of this clause that allow unauthorized access to the Contractor's unclassified information system on which unclassified controlled technical information is resident on or transiting. (3) Other reporting requirements. This reporting in no way abrogates the Contractor's responsibility for additional safeguarding and cyber incident reporting requirements pertaining to its unclassified information systems under other clauses that may apply to its contract, or as a result of other U.S. Government legislative and regulatory requirements that may apply (e.g., as cited in paragraph (c) of this clause). (4) Contractor actions to support DoD damage assessment. In response to the reported cyber incident, the Contractor shall- (i) Conduct further review of its unclassified network for evidence of compromise resulting from a cyber incident to include, but is not limited to, identifying compromised computers, servers, specific data and users accounts. This includes analyzing information systems that were part of the compromise, as well as other information systems on the network that were accessed as a result of the compromise; (ii) Review the data accessed during the cyber incident to identify specific unclassified controlled technical information associated with DoD programs, systems or contracts, including military programs, systems and technology; and (iii) Preserve and protect images of known affected information systems and all relevant monitoring/packet capture data for at least 90 days from the cyber incident to allow DoD to request information or decline interest. (5) DoD damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor point of contact identified in the incident report at (d)(1) of this clause provide all of the damage assessment information gathered in accordance with paragraph (d)(4) of this clause. The Contractor shall comply with damage assessment information requests. The requirement to share files and images exists unless there are legal restrictions that limit a company's ability to share digital media. The Contractor shall inform the Contracting Officer of the source, nature, and prescription of such limitations and the authority responsible. (e) Protection of reported information. Except to the extent that such information is lawfully publicly available without restrictions, the Government will protect information reported or otherwise provided to DoD under this clause in accordance with applicable statutes, regulations, and policies. The Contractor shall identify and mark attribution information reported or otherwise provided to the DoD. The Government may use information, including attribution information and disclose it only to authorized persons for purposes and activities consistent with this clause. (f) Nothing in this clause limits the Government's ability to conduct law enforcement or counterintelligence activities, or other lawful activities in the interest of homeland security and national security. The results of the activities described in this clause may be used to support an investigation and prosecution of any person or entity, including those attempting to infiltrate or compromise information on a contractor information system in violation of any statute. (g) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (g), in all subcontracts, including subcontracts for commercial items. (End of clause) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMA clauses, 52.0100-4028 (Contract Contact Information) (DMA) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS 252.209-7995 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations Deviation 2014-O0004) (Oct 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 24 DECEMBER 2013 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang via email: claudio.casupang@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2fcee252c065372644fb5fd1dd0a3f25)
 
Place of Performance
Address: NAVAL MEDIA CENTER AFLOAT DIVISION, WAREHOUSE NAVAL MEDIA CENTER, 8345 E. BEECHCRAFT AVE, GAITHERSBURG, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03248867-W 20131212/131210234201-2fcee252c065372644fb5fd1dd0a3f25 (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.