SOLICITATION NOTICE
66 -- Analyzer and Debugger system
- Notice Date
- 8/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-6892
- Response Due
- 8/19/2014
- Archive Date
- 9/18/2014
- Point of Contact
- Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; AURORA VARGAS, Contracting Officer, 619-553-0901
- E-Mail Address
-
Contract Specialist
(dorothy.powell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this request for quotation (RFQ) is N66001-14-T- 6892. The government is soliciting quotes for the purchase of commercial items This requirement will result in a firm fixed priced purchase order. This solicitation is set aside for small business. The applicable NAICS code is 334519. The size standard is 500 employees. 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 2005-76 (07/25/14) and Defense Federal Acquisition Regulation Supplement (DFARS), August 5, 2014. 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. The provision at 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012), and 52.212-4, Contract Terms and Conditions-- Commercial Items (FEB 2012), incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items are in the E-Commerce website at https://e- commerce.sscno.nmci.navy.mil. Current Version - Brand Name 52.211-6, 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, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78), 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, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 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. Current Version - 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 (APR 1984) (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). 252.211-7003, Unique Item Identification (JUN 2011). 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting (AUG 1999), 52.204-6, Data Universal Numbering System (DUNS) (APR 2008), 52.214-3, Amendments to Invitation for Bids (DEC 1989), 52.214-4, False Statement in Bids (APR 1984), 52.214-5, Submission of Bids (MAR 1997), 52.214-6, Explanation to Prospective Bidders (APR 1984), 52.214-7, Late Submission, Mods, & Withdrawls of Bids (NOV 1999). This RFQ closes on August 19, 2014 at 12:00 PM, Pacific Daylight Time (PDT). DO NOT email quotes directly to my email address they will not be considered. 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-6892 on or before the solicitation closing date. The point of contact for this solicitation is Dorothy Powell at (619) 553-4455 or dorothy.powell@navy.mil. Please include RFQ N66001-14-T-6892 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. SPECIFICATION SHEETS MUST BE PROVIDED ALONG WITH YOUR QUOTE FOR BOTH ITEMS. ITEM 0001- Navy Tactical Data System Analyzer and Debugger System Qty: 1 Each Unit Price: ________________ Extended Price: _____________ GENERAL SPECIFICATION FOR PORTABLE NTDS ANALYZER/DEBUGGER SYSTEM: 1. TAP ANALYZER COMPUTER 2. MINIMUM OF 4 FULL DUPLEX SERIAL OR PARALLEL CHANNELS 3. RUGGED TRANSIT CARRYING CASE 4. CONFIGURABLE BREAKOUT BOX WITH EITHER PARALLEL OR SERIAL CONNECTIONS 5. INTERCONNECT CABLES SYSTEM SPECIFICATIONS: 1. PORTABLE UNIT 2. INTEL PENTIUM CPU 3. MICROSOFT WINDOWS OPERATING SYSTEM 4. MINIMUM OF 512 MB RAM 5. MINIMUM OF 40GB HARD DRIVE KEY FEATURES: 1. MONITOR WITH A MINIMUM OF EIGHT CHANNELS (PARALLEL OR SERIAL) 2. MULTIPLE TRIGGER AND RECORD OPTIONS 3. DATA COLLECTION OPTIONS 4. DATA DISPLAYED IN HEX, OCTAL, BINARY, DECIMAL OR ASCII FORMATS 5. DATA DISPLAYED IN 32, 24, 16, OR 8 BITS 6. 100NS TIME-STAMP RESOLUTION 7. FULL SEARCH AND EXTRACT FEATURES 8. RECORDABLE FEATURE FOR CONTROL LINES 9. INSTANT STATISTICS DISPLAYED ITEM 0002- Tap Breakout Box Type E and D Qty: 1 Each Unit Price: _________________ Extended Price: ______________ SPECIFICATIONS: TAP BREAKOUT BOX GENERAL SPECS: 1. TYPE E & D SERIAL CHANNEL TAP 2. ISOLATES NTDS TYPE E SIGNALS 3. BJ-89 CONNECTORS FOR ACTIVE TYPE E 4. BNC CONNECTORS FOR ACTIVE TYPE D 5. BJ-77 CONNECTORS FOR TAP *MUST BE COMPATIBLE WITH NTDS LUGGABLE ANALYZER WITH SERIAL TAP ADAPTERS Note1: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for the UID Label, please quote a separate line item. Note 2: If there is a shipping cost please estimate on quote as a separate line item. This will not be a firm fixed price and cost over $100.00 will require support documentation. The ship to address is 4297 Pacific HWY Bldg 7 San Diego CA 92110 QUOTE TOTAL PRICE: _________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a1e4180a0810fe6bb9e3b09e8b8d12cb)
- Record
- SN03462472-W 20140814/140813022843-a1e4180a0810fe6bb9e3b09e8b8d12cb (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 |