Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

59 -- Brand Name Keysight Technologies Pulse Generator-Perpetual License Upgrades to FieldFox Handheld Microwave Analyzers, 50 GHz

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060417Q4034
 
Response Due
6/21/2017
 
Archive Date
7/6/2017
 
Point of Contact
Christine Teramoto 808-473-7581
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060417Q4034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334419 and the Small Business Standard is 750 employees. The proposed contract action is for a brand name only. The brand name/model number of the product(s) are: Keysight Technologies/N9952AU-357. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ 6 each of Part Number N9952AU-357 “ Pulse Generator-Perpetual License for Keysight Technologies ™ FieldFox Handheld Microwave Analyzer, 50 GHz (this line item shall also include shipping costs to FOB Destination). The Required Delivery Date (RDD) is 6 weeks after receipt of contract. Delivery Location is 1130 Bole Loop St., Building 1378, JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 “ 52.204-20 Predecessor of Offeror Attachment 2 “ 52.209-11 Tax Liability Attachment 3 “ 52.212-3 Alt 1 Reps and Certs Attachment 4 “ Brand Name Justification-Redacted A complete quote in response to this Combined Synopsis/Solicitation must include complete Attachments 1-3. The following FAR provision and clauses are applicable to this procurement: 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7System for Award Management 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Cage Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.212-1Instructions to Offerors 52.212-3 AltIOfferor Reps and Certs 52.212-4Contract Terms and Conditions ”Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers w/Disabilities 52.222-50Combatting Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchase 52.232-33Payment by Electronic Funds Transfer “ SAM 52.222-50Combatting Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest After Award 52.247-34FOB Destination As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) 52.252-2Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistle blower Rights 252.203-7005Representation Relating to Compensation of Former DOD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003Item Identification and Valuation 252.223-7008Prohibition of Hexavalent Chromium 252.225-7001Buy American Act and Balance of Payments Program 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 1000 HST on Wednesday, 21 June 2017. Contact Christine Teramoto who can be reached at 808-473-7581 or email christine.teramoto@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4034/listing.html)
 
Record
SN04547262-W 20170618/170616234216-8743977f702792ca123a284abce58274 (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.