Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOLICITATION NOTICE

58 -- UAT 376 and 376SX Transponders - (Draft)

Notice Date
2/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-14-T-0017
 
Archive Date
2/25/2014
 
Point of Contact
Laura Patterson,
 
E-Mail Address
laura.patterson@navsoc.socom.mil
(laura.patterson@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synposis/Solicitation Notice Brand Name Requirement SF 1449 See attached Combined Synopsis/Solictiation Notice and SF 1449 (for information only). This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. An Indefinite Delivery Indefinite Quantity (IDIQ) contract is intended. The Government will award a single contract to the Offeror whose quote best conforms to the solicitation, that is determined to be most advantageous to the Government and meets the criteria in Description/Specifications, Delivery. with the lowest perceived risk to the Government, and alignment with NSWC Operations. Solicitation H92240-14-T-0017 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective January 1, 2014 and DFARS Change Notice 20131231. NAICS code: 334511 Small business size standard: 750 Proposal Submissions: Quotes are due 10 FEB 2014, at 12:00 p.m. (PST). Quotes must be valid for 60 days. No facsimile quotes will be accepted. All quotes must be clearly marked with the RFQ Number. Contractors are responsible for verifying receipt of their proposals to this office before offer due date and time. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Laura Patterson (primary), email: laura.patterson@navsoc.socom.mil and the contracts general email: WARCOM-CONTRACTS @navsoc.socom.mil no later than 06 FEB 2014 at 12:00 p.m. PST to allow adequate time to prepare a response. Email is the preferred method of submission. Quotes, together with the signed amendment(s), if applicable, MUST be submitted electronically to laura.patterson@navsoc.socom.mil AND WARCOM-CONTRACTS@navsoc.socom.mil. The subject of the email should contain the solicitation number and the body of the email MUST state: Attention: Laura Patterson. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) (Sept 2006) 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) 52.232-40 Providing Accelerated Payments to Small Business Contractors (DEC 2013) 52.242-13 Bankruptcy (JUL 1995) 52.247-34 F.o.b. - Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference), http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) ADDENDUM TO 52.212-1 Instructions to Offerors Commercial Items The following are additional instructions to Offerors: Teledyne Benthos is a required Brand Name. A Brand Name determination is attached. At the discretion of the Contracting Officer, offers that are submitted without the required brand name may cause an offer to be rejected as non-responsive and offers may be deemed unacceptable. 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Delivery Past Performance Price Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the combination of the factors above. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the timeframe indicated in the chart below. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. CLIN Option Exercise Period 1001 02/13/2015-2/12/2016 1002 02/13/2015-2/12/2016 The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for a this solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A, System For Award Management (MAY 2013) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252-212-7000 Offeror Representations and Certifications- Commercial Items (JUN 2005) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American-Balance of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) 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, where the awarding agency is aware of the unpaid 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; or (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) The following SOFARS provision and clauses apply to this acquisition: 5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is identified on page 1 of the contract. 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000). All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Laura Patterson at laura.patterson@navsoc.socom.mil. Note: Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. Shipment All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Schedule: Insert prices and other required information below. CLIN: 0001 Description: BASE PERIOD: Underwater Acoustic Transponders: Teledyne Benthos, UAT 376with a receiving frequency of 26kHz - Delivery to HI within 30 days of order (Quantities of each will be identified in the delivery order (s)) U/I: Each Qty: 22 U/P: Total Price: CLIN: 0002 Description: BASE PERIOD: Underwater Acoustic Transponders: Teledyne Benthos, UAT 376SX with a receiving frequency of 24kHz - Delivery to HI within 30 days of order(Quantities of each will be identified in the delivery order (s)) U/I: Each Qty: 22 U/P: Total Price: CLIN:1001 Description: OPTION PERIOD 1: Underwater Acoustic Transponders: Teledyne Benthos, UAT 376 with a receiving frequency of 26kHz - Delivery to HI within 30 days of order (Quantities of each will be identified in the delivery order (s)) U/I: Each Qty: 22 U/P: Total Price: CLIN: 1002 Description: OPTION PERIOD 1: Underwater Acoustic Transponders: Teledyne Benthos, UAT 376SX with a receiving frequency of 24kHz - Delivery to HI within 30 days of order (Quantities of each will be identified in the delivery order (s)) U/I: Each Qty: 22 U/P: Total Price: Grand Total (base and option CLINs): Prompt Payment Terms: ________________ CAGE Code: ________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-T-0017/listing.html)
 
Place of Performance
Address: Hawaii, United States
 
Record
SN03281474-W 20140207/140205233944-d9690fbd4c276e07e84fc8379dbb92f0 (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.