SOLICITATION NOTICE
66 -- Coaxial Isolators (Ambient)
- Notice Date
- 4/12/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-17-R-0038
- Archive Date
- 5/13/2017
- Point of Contact
- Rhoda G Hall, Phone: 301-342-4614, Sotanya Rushing, Phone: (301) 757-7057
- E-Mail Address
-
rhoda.hall@navy.mil, sotanya.rushing@navy.mil
(rhoda.hall@navy.mil, sotanya.rushing@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. This requirement is advertised as SOLE SOURCE. Naval Air Warfare Center - Aircraft Division (NAWC-AD) is issuing solicitation number, N00421-17-R-0038, as a request for proposal (RFP) for the procurement of Calibration Standards (CALSTDs) ancillary equipment. The equipment supports Aviation Fleet Intermediation Calibration Activities, Fleet Training Activities, and Aviation Navy Calibration Laboratories (NCLs) to support Aviation Organizational and Intermediate level maintenance assets. The incorporated document, provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005 - 95 and Defense Federal Acquisition Regulations Revision 20161222. The Government intends to award a firm-fixed price contract, on a sole source basis, to Quinstar Technology Incorporated, 24085 Garnier St., Torrance, CA 90505-5319, for this procurement. Rosalie Ruggio is the point of contact at Quinstar Technology Incorporated for any subcontracting opportunities. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, "Standards and Calibration Equipment for Electrical Measuring Manufacturing ", with a size standard of 750 Employees. The Product Service Code (PSC) for this procurement is 6625. THIS NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. REQUIREMENTS: The requirement(s) will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Under this effort, the Contractor shall provide the following items: CLIN 0001: P/N PTG2017N Coaxial Isolators (Ambient) QTY 51 To include the following: a. Frequency Range: 12.4-18.0 GHz b. Isolation: 20 dB min c. Insertion Loss: 1.0 dB max d. Power: 25 W. CW. e. N-type Connector f. Plots, and Outline drawing CLIN 0002: P/N XTG2011N Coaxial Isolator (Ambient) QTY 80 To include the following: a. Frequency Range: 7.0-11.0 GHz b. Isolation: 20 dB min c. Insertion Loss: 0.8 dB max d. VSWR: 1.38:1 max e. Power: 25 watts CW f. N-type connector g. Plots, and Outline drawing Place of Delivery: The items above must be delivered to the following address: COMMANDER, NAVAIR Calibration Standards, MCAS, Attn: Lou Cerrillo, (UIC N48535) Building 612, Bay 9, Beaufort, SC 29904. Inspection/Acceptance: Destination Additionally, the following delivery scheduled should be adhered to as well: Delivery shall be no later than 1 September 2017. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the Inspection clause, nor does it limit Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. Solicitation Provision FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2017) is incorporated by reference and applies to this acquisition. The provision at FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 2014) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item (s); etc. Offeror shall include a completed copy of the provision at FAR 52.213-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) with its quote. The following FAR clauses are hereby incorporated FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JAN 2017) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2017) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements ( Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (4) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note )). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) ( 38 U.S.C. 4212 ). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) ( 29 U.S.C. 793 ). (31) 52.222-37, Employment Reports on Veterans ( Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) ( 22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ( Aug 2011 ) (E.O. 13513). (48) 52.225-1, Buy American-Supplies (May 2014) ( 41 U.S.C. chapter 83 ). (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) ( 31 U.S.C. 3332 ). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) ( 41 U.S.C. 3509 ). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) ( 38 U.S.C. 4212 ). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) ( 29 U.S.C. 793 ). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) ( 38 U.S.C. 4212 ) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014) ( 41 U.S.C. chapter 67 ). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) ( 22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O 13627 ). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67 ). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67 ). (xv) 52.222-54, Employment Eligibility Verification ( Oct 2015 ) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) ( Oct 2016 ) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii) : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) ( Oct 2016 )). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 ( Jan 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training ( Jan 2017) (5 U.S.C. 552a). (B) Alternate I ( Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) ( 42 U.S.C. 1792 ). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause), and FAR 52.247-34 F.O.B. DESTINATION (FEB 2006). The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions are hereby incorporated: DFAR 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016), DFAR 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014), DFAR 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005), DFAR 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS(JUN 2012), and DFAR 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) This announcement constitutes the only solicitation; a written solicitation will not be issued. Furthermore, all responsible interested parties may submit a capability statement which shall be considered by the agency. Offerors must ensure that their firm is registered with the System for Award Management (SAM). The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. For further information, please refer to https://www.sam.gov. The Government will consider written and/or electronic media responses to this announcement received no later than 14:30 on April 28, 2017 and can be submitted to: Rhoda Hall 22473 Millstone Rd., Bldg. 505 Patuxent River, MD 20670 Rhoda.hall@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-R-0038/listing.html)
- Place of Performance
- Address: Quinstar Technology Incorporated, 24085 Garnier St., Torrance, California, 90505-5319, United States
- Zip Code: 90505-5319
- Zip Code: 90505-5319
- Record
- SN04469769-W 20170414/170412234554-9c6105f210f329ad93523476313e6f01 (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 |