Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

58 -- PXI SYSTEM

Notice Date
12/2/2016
 
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
N66001-17-T-6441
 
Response Due
12/7/2016
 
Archive Date
1/6/2017
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(dorothy.powell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This RFQ closes on December 7, 2016 at 10:00 AM, Pacific Daylight Time (PDT) Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil. under SSC Pacific/Simplified Acquisitions/N66001-17-T- 6441 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T- 6441 PLEASE NOTE: 1.Quotes and questions emailed directly to my email inbox will NOT be considered. 2.If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. 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 N66001-17-T-6441 This requirement is set-aside for small business, NAICS code is 334220 and business size standard is 1250 employees Quote Brand NameDo Not Substitute "The statement below applies to all CLINS To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). 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 U.S., or that the product is in some manner not TAA compliant." ITEM 1: UID Label - UID CLAUSE DFARS 252.211-7003 APPLIES TO a line item with a unit cost of $5,000.00 or more, which will be a tangible delivered item. If charging for the labels it must be shown as a separate line item on your quote, or the labels will be considered a "no cost item". - 14 each ITEM 2: VLF Comm Walt PXI System National Instruments Part Number BD117292 Configuration ID: PX4418828 14 each ITEM 3: NI PXI 8-Slot Rear Rack Mount Kit National Instruments Part Number 778643- 02 - 14 each ITEM 4: Freight/shipping - If shipping charges apply it must be shown as a separate line item on your quote. The ship to address is 4297 Pacific Highway, Bldg. 0T7 San Diego CA 92110 Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-92(11/18/16) and Defense Federal Regulation Supplement (DFARS), DPN 20161104 effective 04 NOV 2016. 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 www.farsite.hill.af.mil 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.209-5, Certification Regarding Responsibility Matters 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-17, Delivery Access in Quantity 52.212-1, Instructions to Offerors- Commercial Items 52.212-2, Evaluation commercial Items (LPTA) 52.212-3, Offerors Representations and Certifications-Commercial Items Alternate I 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 (June 2016) 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 IEEE 1680 Standard for Environmental Assessment of Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.232-33, Payment by Electronic Funds Transfer 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards 52.247-34, F.o.b. Destination 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7004, Alternate a, System for Award Management 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.203-7997, Prohibition on contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7000, Disclosure of Information 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate a, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 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 and Valuation 252.225-7001, Buy American and Balance of Payment Programs 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, WAWF (Section G) Local Clause 252.232-7010, Levies on Contract Payments. 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. The point of contact for this solicitation is Dorothy Powell at dorothy.powell@navy.mil. Please include RFQ N66001-17-T-6441 on all inquiries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6c0b88f53099874162daacf6759cc96)
 
Record
SN04341352-W 20161204/161202233833-c6c0b88f53099874162daacf6759cc96 (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.