Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

58 -- GPS Hardware and Software Systems

Notice Date
12/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024417T0040
 
Response Due
1/4/2017
 
Archive Date
9/30/2017
 
Point of Contact
Jonathan Stames 619-556-7669
 
E-Mail Address
Email address of the Contract Specialist
(jonathan.stames@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR subpart 13.5 and 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis as a small business set-aside. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N00244-17-T-0040 is issued as a request for quotation (RFQ). The closing date is 4 January, 2017 at 10:00am PT. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93 and DFARS Change Notice 20161104. Questions regarding this procurement must be submitted through email to the contract specialist at jonathan.stames@navy.mil. All questions submitted shall include the solicitation number in the subject line. Other methods of question submittal will not be acknowledged. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 4 days of the posted closing date may not allow ample time to respond and offerors cannot be guaranteed a response. All questions and answers will be posted for viewing by all other potential offerors. It is the contractor s responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; Size: 1,250 (# of employees). This acquisition is full and open competition. The contract type is Firm Fixed Price. Brief Requirement Description (see attached Brand Name Justification): Trimble GPS hardware and software systems replacement. The existing hardware has reached the end of the 5 year life cycle and must be replaced. Trimble hardware and software systems brand-name products are essential to the Government s requirements and market research indicates that other companies similar products do not meet the agency s needs. This is a brand name RFQ. Only exact items manufactured by Trimble Inc. will be considered. If more than one offer is received for these products the award will be made to the lowest priced technically acceptable offer. The Government is looking for a contractor furnished Commercial off the Shelf (COTS) GPS hardware and software systems. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, Trimble Geo 7 Series Premium Centimeter Kit with TerraSync Centimeter Edition, Part #: 88190-05-PCK-TC, Unit: EA, Qty: 2 CLIN 0002, MGIS $1250 US Trade-In Credit, Part #: 55910-46, Unit: EA, Qty: 2 CLIN 0003, Trimble Kenai 10.1 Rugged Tablet (GPS, WiFi, Bluetooth, US WWAN; 8GB RAM/256GB SSD), Part #: KEN89L-YUS 00, Unit: EA, Qty: 5 CLIN 0004, Kenai Office Docking Station, Part #: ACCAA-711, Unit: EA, Qty: 2 CLIN 0005, Trimble R1 GNSS Receiver, Part #: 102020-00, Unit: EA, Qty: 5 CLIN 0006, GPS Pathfinder Office Software Update, Part #: 34191-95, Unit: EA, Qty: 2 CLIN 0007, TerraSync Professional Software, Part #: 45955-VG, Unit: EA, Qty: 5 CLIN 0008, Kenai Carry Case, Part #: ACCAA-622, Unit: EA, Qty: 5 CLIN 0009, Kenai Standard Battery 49Whr, Part #: ACCAA-118, Unit: EA, Qty: 7 CLIN 0010, Orientation Training (On-Site and Off-Site 120 Hours/15 Days), Part #: N/A, Unit: EA, Qty: 1 Place of Delivery: Naval Base Point Loma Public Works 4635 Pacific Highway, BLDG. #2 Taylor Street Compound San Diego, CA. 92110 Deliver Date: 30 Days after delivery of contract. Payment: Government Purchase Card (GPC) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.227-17, Rights in Data--Special Works 52.232-36, Payment by Third Party 52.239-1, Privacy or Security Safeguards 52.252-1 Solicitation Provisions Incorporated by Reference www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated by Reference www.acquisition.gov; www.acq.osd.mil Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7994(P) 252.203-7995(C) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.215-7008, Only One Offer 252.222-7007, Representation Regarding Combating Trafficking in Persons 252.225-7000, Buy American Balance of Payments Program Certificate 252.227-7015, Technical Data Commercial Items 252.232-7010, Levies on Contract Payments 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7002, Requests for Equitable Adjustment 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea 5252.243-9400 Authorized Changes By the KO NDZ L-331 Review of Agency Protests NDZ L-332 Unit Prices The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, utilizing a lowest price technically acceptable evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Jonathan Stames on or before 10:00am Pacific Time on 4 January, 2017. Email: jonathan.stames@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417T0040/listing.html)
 
Place of Performance
Address: Naval Base Point Loma Public Works
Zip Code: 4635 Pacific Highway, BLDG. #2 Taylor Street Compound, San Diego, CA
 
Record
SN04357203-W 20161223/161221234352-67a9ed4e6f84bd7a3f30643b6e851307 (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.