Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

14 -- Rockwell Collins NAVFIRE GPS Receivers

Notice Date
3/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-17-Q-0060
 
Archive Date
4/13/2017
 
Point of Contact
Jeffery D. Hestley, Phone: 256-876-1647
 
E-Mail Address
jeffery.d.hestley.civ@mail.mil
(jeffery.d.hestley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-17-Q-0060 is to be a Sole-Source procurement to Rockwell Collins, Inc. of Cedar Rapids, Iowa, in accordance with FAR 13.106-1(b) for soliciting from a single source in that the circumstances of the contract action make only one source reasonably available. The corresponding NAICS code for this procurement is 334511. The US Army Contracting Command-Redstone is soliciting a quote from Rockwell Collins Inc., for the purchase of the following items: Twelve(12) each Rockwell Collins NAVFIRE GPS Receivers, part number 822-2904-211. The following equipment requirements must be met: 1. Units must be configured to retain Selective Availability Anti-Spoofing Module (SAASM) cryptographic keys after the unit is powered down (Flash/Flash); 2. Units must provide dual frequency (L1 and L2) operation; and 3. Units must use two antenna inputs; 4. Delivery: Units must be shipped to Redstone Arsenal in accordance with the following delivery schedule. Early delivery is desirable, partial deliveries are acceptable, based on MMT program needs, a minimum quantity of four units should be delivered by August 18, 2017 and delivery of all ordered units is expected not to exceed 6 months after contract award. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.222-50 Combatting Trafficking in Persons Clause; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-39, Unenforceability of Unauthorized Obligations; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Wide Area Workflow. Responses are due no later than 4:00 PM (local time), 29 March, 2017 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeffery.d.hestley.civ@mail.mil or via facsimile at 256-876-7737, marked to the attention of Jeff Hestley.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/180bbb58befbf422e360cfcbe6cdbbe6)
 
Record
SN04444536-W 20170324/170322235357-180bbb58befbf422e360cfcbe6cdbbe6 (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.