Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

61 -- VECTOR SIGNAL GENERATOR & ANALYZER

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-6106
 
Response Due
7/19/2016
 
Archive Date
8/18/2016
 
Point of Contact
Point of Contact - Cynthia M Horriat, Contract Specialist, 619-553-3755; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(cynthia.horriat@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 to Solicitation N66001-16-T-6106, effective 7/13/2016. Amendment 0002 is as follows: 1. Re-open Solicitation N66001-16-T-6106 as Full and Open Competition. 2. RFQ closes on Tuesday, July 19, 2016 at 10:00 a.M. PST. 3. All other terms and conditions remain unchanged. *********************************************************************** Amendment 0001 to Solicitation N66001-16-T-6106, effective 6/22/2016. Amendment 0001 is as follows: 1. Re-open Solicitation N66001-16-T-6106. 2. RFQ closes on Friday, June 24, 2016 at 2:00 P.M. PST. 3. All other terms and conditions remain unchanged. *********************************************************************** 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 only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-16-T-6106. This requirement is set-aside for small businesses, NAICS code is 517919 and the size standard is 1,500 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. Quotes Will Be Evaluated on an All or None Basis. Quote Brand Name or Equal. See attached Govt Minimum Requirements document for Line Item 0001 & 0002. Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost for the UID Label, please list it as a separate line item. Specifications for Item 0001: WIDE BANDWIDTH RTSA + CW GENERATOR AND ACCESSORIES. VECTOR SIGNAL GENERATOR/VECTOR SIGNAL ANALYZER QTY: 1 EA Support: All of the specs listed on the Government's minimum requirements are required to be installed into the vector signal generator/vector signal analyzer to provide all of the testing capabilities required by the project. The generator/analyzer accomplishes meeting different operating/testing parameters by having all the listed modules installed into the chassis housing. All of the module requirements are outlined on the Gov. Min. Req. document to ensure all testing parameters can be met; delivery is a single unit with all modules installed making the vector signal generator/vector signal analyzer lab testing equipment capable of meeting all of the Govt minimum requirements. Specifications for Item 0002: WLAN MEASUREMENT SUITE FOR IEEE 802.11 A/B/G/N/AC QTY: 1 EA Support: The project requires testing of wireless communications technologies. The WLAN measurement suite is another feature added to the vector signal generator/vector signal analyzer chassis housing that enables Code 52280 to test the project's wireless communication protocol requirement. The statement below applies to CLINs 0001 & 0002: To be considered for award, the offeror certifies that the product(s) being offered is an original, new, and Trade Agreements Act (TAA) compliant 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 manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items 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 manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number: N66001-16-T-6106 e. Requested delivery date: 30 days or sooner ARO f. Preferred method of shipment: F.O.B. Destination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the Responsibility of the contractor to be familiar with the applicable clauses and Provisions. The following clauses shown below can be accessed in full text at http://farsite.hill.af.mil: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation 2013-O0019) (July 2014) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation 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 (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.223-15, Energy Efficiency In Energy-Consuming Products 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferSystem for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003, Item Unique Identification & Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) This RFQ closes July 19, 2016 at 10:00 A. M. Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-6106. The point of contact for this solicitation is Cynthia Horriat at cynthia.horriat@navy.mil. Please include RFQ N66001-16-T-6106 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/020644335b755a5c0e93cfd6248fe1a7)
 
Record
SN04180644-W 20160715/160713234435-020644335b755a5c0e93cfd6248fe1a7 (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.