SOLICITATION NOTICE
59 -- MULTI-FUNCTION, SINGLE DUAL-REDUNDANT CHANNEL, VARIABLE VOLTAGE PCI INTERFACE BOARD
- Notice Date
- 8/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-13-T-8414
- Response Due
- 9/12/2013
- Archive Date
- 10/12/2013
- Point of Contact
- Point of Contact - Simone Lucy, Contract Specialist, 619-553-0928; AURORA VARGAS, Contracting Officer, 619-553-0901
- E-Mail Address
-
Contract Specialist
(simone.lucy@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 N66001-13-T-8414. This requirement is set-aside for small businesses, NAICS code is 334111 and business size standard is 1000 employees. "To be considered for award, the offeror certifies that the product being offered is an original and new GE 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 manufactures to sell the GE product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original GE packaging. By making an offer, offeror also consents to cancellation of award 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 manufacturers or that Offeror was not authorized by the manufacturer to sell the GE product in the U.S." Item 0001, MIL-STD-1553 BOARD/ Manufacture GE Intelligent Platforms Multi-Function, Single dual-redundant channel, variable voltage PCI Interface Board PART NUMBER: QPCX-1553-IMW Quantity: Four (4) each Unit Price: Extended Price: MINIMUM REQUIREMENTS: The QPCX-1553 includes an abstract API (Application Programming Interface) software that reduces application development time. Standard features include 1 Mbyte of RAM per channel, 45-bit message time- tagging, triggers, extensive BC & RT link-list structures, error injection/detection, automatic/manual RT Status Bid, Mode Code responses, advanced BC functionality, IRIG-B signal Receiver/Generator with GPS synchronization, on-board Test Bus, UUT transformer connection, 1760 startup time with Busy bit set and hardwired RT address lines. With the highest encoder/decoder in the industry, the QPCX-1553 Bus Monitor provides unparalleled error detection and 100% monitoring of fully loaded buses. Item 0002, UID SHIPPING CHARGES (if any) Unit Price: Extended Price: Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60 (07/26/12) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 07/24/12. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at http://acquisition.gov/far/. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. DFARS Clause 252.211-7003, Item Identification and Valuation, DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). This RFQ closes on September 12, 2013 at 02:00 PM, 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/N66001-13-T-8414. The point of contact for this solicitation is Simone Lucy simone.lucy@navy@navy.mil. Please include RFQ N66001-13-T-8414 on all inquiries. All responding vendors must have a completed registration System for Award Management (SAM) program prior to award of contract. Information can be found at https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code Numbers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/706d86ae2abf8bccbc95b5aa31b4af54)
- Record
- SN03167976-W 20130831/130829235747-706d86ae2abf8bccbc95b5aa31b4af54 (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 |