Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

70 -- AUTOMATIC DATA PROCESSING EQUIPMENT

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N00178-14-R-4869
 
Archive Date
10/15/2014
 
Point of Contact
Kim Carter, Phone: 540-653-9865
 
E-Mail Address
Kim.carter@navy.mil
(Kim.carter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet for information posted by the Navy Sea Systems Command. 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; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-14-R-4869 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis from Northrop Grumman Corporation, 43865 Airport View Dr, Hollywood, MD 20636 for the following: TRAD 600 Training/Readiness Assessment Device Standard Configuration QTY 1 Northrop Grumman is the Original Equipment Manufacturer (OEM) of TRAD 600 due to its proprietary design. The TRAD 600 is unique test equipment specifically developed for the AN/SLQ-32(V) family of Electronic Warfare systems, which is used to perform critical testing through the development of tactical software updates. This acquisition is being solicited on a Sole Source basis under the Statutory Authority Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by 10 U.S.C. 2034(c)(1). Shipping terms shall be FOB Destination Delivery is required 120 days after award of the order. Inspection and Acceptance terms shall be made by NSWC Dahlgren, VA 22448 The following provisions and clauses are applicable to this procurement: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b) are incorporated: 52.203-6 - Restrictions on Subcontractor Sales to the Government 52.222-3 - Convict labor 52.222-19 - Child labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-34 - Payment by Electronic Funds Transfer - Other than Central Contractor Registration In addition the following FAR Clauses are hereby incorporated: 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-4 Applicable Law for Breach of Contract Claim 52.211-14 - Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulations. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items, paragraph (a) 52.203-3 Gratuities (APR 1984) and the following clauses in paragraph (b) are incorporated: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7021 Trade Agreements In addition the following DFAR Clauses are hereby incorporated: 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.225-7020 Trade Agreements Certificate 252.225-7048 Export-Controlled Items 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.246-7000 Material Inspection and Receiving Report 252.243-7001 Pricing of Contract Modifications The full text of the referenced DFAR clauses may be accessed electronically at https://www.acquisition.gov/dfar/ The following clause is included: Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA) The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided that such warranty is available at no additional cost to the Government. The Contractor shall provide a copy of the standard commercial warranty with the item. The standard commercial warranty period shall begin upon the final acceptance of the applicable material or software. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause, nor does it limit the Government's rights with regard to other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty.(End of Text) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212-2, paragraph (a) (Evaluation Criteria in order of importance) is as follows: 1) Technical Capability of the item offered to meet the Government Requirement 2) Price Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, and provide as part of their proposal. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The following term also applies to this procurement: In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, 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. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 23 September 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 30 September 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to kim.carter@navy.mil. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 22 September 2014 to allow ample response time before the close of the bidding period. Email or Fax should reference Synopsis/Solicitation Number N00178-14-R-4869 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-14-R-4869/listing.html)
 
Record
SN03518218-W 20140920/140918235810-f1147dc60708163bd60d66bbc4df1649 (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  © 1994-2020, Loren Data Corp.