SOLICITATION NOTICE
58 -- VTC SYSTEM
- Notice Date
- 8/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-7138
- Response Due
- 8/19/2014
- Archive Date
- 9/18/2014
- Point of Contact
- Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; BELINDA SANTOS, Contracting Officer, 619-553-4502
- E-Mail Address
-
Contract Specialist
(nida.ramos@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 for brand name or equal are being requested under N66001-14-T-7138. This requirement is set-aside for small businesses, NAICS code is 334310 and business size standard is 750 employees. Item 0001: HDX 9000 CAMERA / (Qty-1) = $__________ HDX 9000 -1080; HDX 9006 HD CODEC WITH MOUNTING EARS, 11 PHOENIX CONNECTORS ENG RMT NA POWER NTSC; TO INCLUDE PREMIER THREE WARRANTY; P/N 4870- 00262-136 P/N: J2200-26740-001 Item 0002: EAGLE EYE 3 CAMERA / (Qty-1) = $___________ P/N: 8200-09810-001 Item 0003: MOUNTING BRACKET / (Qty-1) = $____________ Item 0004: HDX MICA MICROPHONE ARRAY / (Qty-1) = $__________ P/N: 2215-23327-001 Item 0005: CABLE KIY FOR HDX 9000 SERIES (Qty-1) = $___________ Cable kit for HDX 9000 series:HDCI-f to 5xBNC-f+DB9-f, 1' ; DVI-A-m to 5xBNC-f, 1'; Walta to RJ45 socket 18"; S-Video to 2xBNC-m, 1'; Walta to Walta, 7.6m; HDCI-m to HDCI-m, 10m; RJ45 5E, 3.66m; Phoenix to 2xRCA-f, 1'; 2xRCA-m, 25'; RJ11, 12' P/N: 2215-24725-001 Item 0006: SERIAL NETWORK MODULE FOR HDX / (Qty-1) = $__________ SERIAL NETWORK MODULE FOR HDX 9000 (V.35, RS449, RS350 WITH RS366 DIALING) P/N: 2215-23366-001 Item 0007: SERIAL CABLE / (Qty-1) = $_________________ 1 RS-530 WITH RS-366, 5'; HD-68M to 'Y' RS-530 DB-25M / RS-366 DB-25M P/N 2457-21263-200 Item 0008: RED (6') 530 CABLE FOR KIV 7M / (Qty-1) = $___________ P/N: DTD-CA7M-01 Item 0009: BLACK (6') 530 CABLE FOR KIV-7M / (QTY-1) = $_________________ P/N: DTD-CA7M-02 Item 0010: DIAL ISOLATOR TO IMUX (6') CABLE / (Qty-1) = $___________ P/N: DTD-CADI-00 Item 0011: DTD-530 SWITCH TO IMUX (6') CABLE / (Qty-1) = $_____________ P/N: DTD-CAMF-11 Item 0012: RED (6') 530 CABLE FOR KIV-7HSB / (Qty-1) = $_____________ P/N: DTD-CA7B-01 Item 0013: BLACK (6') 530 CABLE FOR KIV-7HS/ (Qty-1) = $_____________ P/N : DTD-CA7B-02 Item 0014: HDX CEILING MICROPHONE/ (Qty-1) = $_____________ P/N: 2200-23809-001 Item 0015: CABLE KIT FOR HDX 9000 SERIES / (Qty-1) = $_____________ P/N: 2215-24725-001 Item 0016: Shipping to Guam / (1 Lot1) = $_____________ Delivery Address: U.S. Naval Base Guam SPAWAR BLDG 4175-B Santa Rita, Guam 96915 ATTN: June Reyes Phone: (671) 333-5171 Item 0017: KIV-7 RACK MOUNT ASSEMBLY/ (Qty-1) = $_____________ P/N: DTD-KIV-01 Item 0018: SWITCH RS530 SECURE/NONSECURE ISOLATION / (Qty-1) = $_____________ P/N: DTD-530S-DI Item 0019: UID TAG/LABEL COST, IF APPLICABLE (ITEM THAT COSTS OVER $5,000.00 / 1 LOT = $___________ NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE CONSIDERED. Basis for award: The government anticipates awarding a firm-fixed price purchase order to the lowest bidder, technically acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-76, Effective 25 July 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20140805 (Effective 05 Aug 2014) Edition. 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 www.farsite.hill.af.mil. Current FAR & DFAR. The provision 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 are in the e-Commerce website at https://e-commerce.sscno.nmci.navy.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.211-6 Brand Name or Equal, 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 Transfer Central Contractor Registration (31 U.S.C. 3332), 52.214-6, Explanation of Prospective Bidders, 52.214-7 Late Submissions, Modifications and Withdrawals of Bids. FAR CLAUSE 52.204-99 System for Award Management Registration (Aug. 2012) (Deviation) 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) DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k) If there is a cost for the UID please quote "separately". This RFQ closes on August 19, 2014 at 10:00 AM, Pacific Standardt Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-T-7138 The point of contact for this solicitation is Nida B. Ramos nida.ramos@navy.mil for questions or inquiries phone or fax will not be considered. Please include RFQ N66001-14-T-7138 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) Website prior to award of conduct. Information can be found at https://www.sam/gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dcb9dfde3223d38d2e4f779fe2a8684a)
- Record
- SN03460682-W 20140813/140811235918-dcb9dfde3223d38d2e4f779fe2a8684a (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 |