Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

70 -- Legacy Submarine Multi Mission Team Trainer hardware upgrade

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016T0078
 
Response Due
7/1/2016
 
Archive Date
7/22/2016
 
Point of Contact
Joseph Willdigg 407-380-4423
 
Small Business Set-Aside
N/A
 
Description
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. Naval Air Warfare Center (NAWC), Training Systems Division (TSD) intends to issue a Firm-Fixed-Price (FFP) purchase order. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N61340-16-T-0078 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-87 effective 07 March 2016. This procurement is being solicited as unrestricted with an associated North American Industrial Classification System (NAICS) code of 334111 (Electronic Computer Manufacturing) with a size standard of 1,250 Employees. This purchase is intended to provide Legacy Submarine Multi Mission Team Trainer (LSMMTT) hardware to be upgraded to maintain configuration management of the existing systems designed and installed at all submarine training sites. There are several components that are to be assembled and sent to the specified site, as well as additional hardware required. The majority of components required to build these systems do not contain brand name only. Items that are brand name specific will be identified by an asterisk within the CLIN Structure tables in the attached documents. All brand name or equal components substitutions shall include necessary literature to support equal determination. No item shall contain any wireless or Bluetooth capability. For CLIN Structure and requirements, Please see attached document entitled CLIN Structure. 3 Year Warranty - firm requirement in accordance with SOW. Delivery of CLIN 0001 shall be made as soon as the items are available to be shipped but no later than 15 July 2016 for specified quantity of items, as specified on CLIN Structure Revised document. Other Items are required to be shipped to specified location by 05 August 2016. Again, See CLIN Structure Revised document for specifics. Delivery of CLIN 0002 shall be made as soon as the items are available to be shipped but no later than 15 July 2016 for specified quantity of items, as specified on CLIN Structure Revised document. Other Items are required to be shipped to specified location by 05 August 2016. Again, See CLIN Structure Revised document for specifics. Free On Board Destination to: CLIN 0001 Shipping to: CLIN 0002 Shipping to: NAWCTSD - OrlandoBangor, WA Attn: TBD Attn: TBD 12211 Science Dr. 2000 Threasher Ave Orlando, FL 32826Silverdale, WA 98315-2000 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN SYSTEM FOR AWARD MANAGEMENT. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.203-3, Gratuities FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.233-1, Disputes FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference The clause at FAR 52.212-5 (Deviation 2013-O0019)(Feb 2016), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following attachment FAR 52.212-5 (Deviation 2013-O0019)(Feb 2016) applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003, Agency office of the Inspector General DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-0001, Line Item Specific: Single Funding DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7006, Billing Instructions DFARS 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Identification and Valuation DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.227-7000, Non-estoppel DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payment DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Seas DFARS 252.247-7024, Notification of Transportation of Supplies by Sea All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Quotes are due no later than 1600 US Eastern Standard Time on 30 June, 2016. Quotes will only be accepted by e-mail to @navy.mil. Responses must include at least the Quote number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business size (socioeconomic business type if any); CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Joe Willdigg, Contract Specialist, Tel: 407-380-4423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016T0078/listing.html)
 
Place of Performance
Address: 12211 Science Dr., Orlando, FL
Zip Code: 32826
 
Record
SN04165791-W 20160701/160629234711-3302aef5ab887e172b75c5d9a8f6e3be (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.