Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOLICITATION NOTICE

59 -- Harris Corporation Land Portable Broadband Global Area Network (BGAN) SATCOM Terminals and associated supplies.

Notice Date
7/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 JBPHH, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412R3023
 
Response Due
7/19/2012
 
Archive Date
8/3/2012
 
Point of Contact
Kristopher Tom 808-473-7555 Beverly Quevedo, 808-473-7620
 
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 “ Streamline Procedures for Evaluation and Solicitation For Commercial Items and FAR Part 15 “ Contracting by Negotiations, as supplemented with 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 MADE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFP number is N00604-12-R-3023. All prospective offerors are responsible for monitoring these sites for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120629. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Offerors must be registered in the Central Contractor Registration (CCR) database to be eligible for this contract. The NAICS code is 334220 and the Small Business Standard is 750 Employees. This is a competitive, unrestricted action. THE PROPOSED CONTRACT ACTION IS FOR A BRAND NAME ONLY. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The NAVSUP Fleet Logistics Center (FLC) Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following HARRIS CORPORATION items: CLIN 0001 - BGAN ANT SYS, CLASS 2 LAND PORTABLE, TAN DU (QUANTITY OF 18) Manufacturer Part No.: RF-7800B-DU024 CLIN 0002 - BATTERY BOX KIT, BGAN, TAN (QUANTITY OF 18) Manufacturer Part Number: 12091-4010-01 CLIN 0003 - CABLE ASSY, BGAN ETHERNET, ISDN (QUANTITY OF 18) Manufacturer Part Number: 12043-0834-A010 CLIN 0004 - CABLE ASSY, BGAN ISDN, USB (QUANTITY OF 18) Manufacturer Part Number: 12043-0836-A010 CLIN 0005 - CABLE ASSY, BGAN EXTENSION, ETHERNET, ISDN (QUANTITY OF 18) Manufacturer Part Number: 12043-0837-A015 CLIN 0006 - CABLE ASSY, BGAN DC POWER TO BATTERY BOX (QUANTITY OF 18) Manufacturer Part Number: 12043-0850-A006 CLIN 0007 - CABLE ASSY, BGAN DC POWER TO 26V DC (QUANTITY OF 18) Manufacturer Part Number: 12043-0891-A015 CLIN 0008 - CABLE ASSY, BGAN DC POWER TO AUTO 12V DC (QUANTITY OF 18) Manufacturer Part Number: 12043-0843-A015 CLIN 0009 - CABLE ASSY, BGAN DC POWER EXTENSION (QUANTITY OF 18) Manufacturer Part Number: 12043-0895-A015 CLIN 0010 - CABLE ASSY, BGAN DC POWER TO 2 LEADS (QUANTITY OF 18) Manufacturer Part Number: 12043-0896-A015 CLIN 0011 - CONVERTER, ISDN TO POTS (QUANTITY OF 18) Manufacturer Part Number: 12091-4160-01 The required delivery date is 31 August 2012, or state earliest delivery date in days after receipt of order (ARO). Pricing and shipping shall be FOB DESTINATION to JBPHH, HI 96853. The Delivery address is Joint POW/MIA Accounting Command, 310 Worchester Ave. BLDG 45, JBPHH, HI 96853-5530 The Government intends to award a Firm-Fixed Price contract to the responsible offeror proposing the lowest aggregate price of all CLIN(s). Offerors are required to quote on all CLINS. Failure to do so may result in exclusion from award consideration. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror ™s initial offer should contain the offeror ™s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The following FAR provisions and clauses are applicable to this procurement: 52.204-4, Printed or Copied Double-Sided on Recycled Paper 52.204-7, Central Contractor Registration (CCR) 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation--Commercial Items, Paragraph (a): Award will be made to the responsible offeror proposing the lowest priced, technically acceptable offer. 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. The following clauses are incorporated by reference in 52.212-5: 52.203-6 Alt I, Restriction on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Purposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor “ Cooperation 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 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 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 Transfer-CCR 52.247-34, F.O.B. Destination 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ”Representation and Certification 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with proposals. Additional contract terms and conditions applicable to this procurement are: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, CCR Alternate A 252.209-7001, Disclosure of Ownership 252.209-7004, Subcontracting w/Firms That are Owned or Controlled by the Government of a Terrorist Country 252.211-7003, Item Identification & Valuation 252.212-7000, Offeror Reps and Certs ”Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. The following clauses are incorporated by reference in 252.212-7001: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 252.225-7000, Buy American Act-Balance of Payments Program Certificate 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.209-7998, REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that have been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (Apr 2008) UNIT PRICES (FLCPH) (JUL 2012) Contractor ™s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. (Local Clause L003) Responsibility Information (FLCPH) (JUL 2012) (a) The offeror shall provide by separate attachment the following information to ensure that the Contracting Officer has sufficient information to evaluate the offeror's proposal for award. Under requirements of the Federal Acquisition Regulation (FAR), contract shall be awarded to responsible contractors only. (1) A list of the three most recent sales of this or similar items/services to commercial concerns which includes: (i)Name and address of the concern; (ii)Contract or Order No.; (iii)Total Contract Price; (iv)Date of Sale; (v)No. of units/quantity; (vi)Unit price; (vii)Description of item/service; (viii) Name of contact person at the commercial concern; (ix)Telephone number of contact person. (2) A list of the three most recent sales of this or similar items/services to Government activities which includes: (i)Name and address of the concern (ii)Contract or Order No. (iii)Total Contract Price (iv)Date of Sale (v)No. of units/quantity (vi)Unit price (vii) Description of item/service (viii) Name of contact person at the Government activity (ix)Telephone number of contact person (3) Any other information that an offeror feels would assist the Contracting Officer in making a determination of its responsibility in regards to the areas discussed. (Local Clause L6) 52.233-2, SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Fleet Logistics Center Pearl Harbor, 1942 Gaffney St., STE 100, JBPHH, HI 96860-4549. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The final contract award will be based on a determination of responsibility lowest priced technically acceptable. Any questions regarding this solicitation must be made in writing and submitted no later than 11:00 a.m. Hawaii Standard Time (HST), 17 July 2012. Proposals are due no later than 4:00 p.m. HST, 19 July 2012. All responsible sources may submit a quote which shall be considered by the agency. Please submit all proposals to kristopher.m.tom@navy.mil or fax to (808) 473-3524. Proposals over 10 pages in total will not be accepted by facsimile. It is the contractor ™s responsibility to confirm receipt of proposals. To facilitate processing of your proposal please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your proposal. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ Registration must be current and in good standing. All proposals shall include unit price(s), extended price(s), and total price, a vendor point of contact, name and phone number, email address, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412R3023/listing.html)
 
Record
SN02797707-W 20120712/120710234711-91dcdf3e05af7d233a7893341746be1a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.