Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

66 -- Mode 5 Test Equipment - Attachments

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-18-Q-2019
 
Archive Date
10/12/2018
 
Point of Contact
Brittany N. Dyess, , Stasia Baker,
 
E-Mail Address
brittany.dyess@usmc.mil, stasia.baker@usmc.mil
(brittany.dyess@usmc.mil, stasia.baker@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Salient Characteristics Attachment 1 - SF 1449 - M67854-18-Q-2019 Synopsis: The United States Marine Corps Systems Command (MCSC), 2200 Lester Street, Quantico, Virginia 22134 intends to procure one IFF-45TS Transponder/Interrogator Test Set, one KIV-78 Adapter for the IFF-45TS, and one Keysight 81150A Two Output Function Generator, in accordance with the contract line item numbers (CLINs) described in the Schedule of Supplies/Services (Attachment 1). This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with FAR 13.5 and additional information included in this notice. This procurement is a total small business set-aside. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The subject Request for Quote (RFQ), M67854-18-Q-2019 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-99. The NAICS code for this procurement is 334515 and the small business size standard is 750 employees. Background: The AN/TPS-59A(V)3 Long Range Radar Set is organic to the TAOC and Early-Warning and Control (EW/C) Detachments within the Marine Air Command and Control Systems (MACCS). The Radar System is used as the Marine Air Ground Task Force's (MAGTF) long range air surveillance radar, detecting Air Breathing Targets and detecting-tracking Theater Ballistic Missiles. The radar interfaces with the Common Aviation Command and Control System (CAC2S) and the Composite Tracking Network (CTN), allowing the air picture to be shared with the MAGTF and Joint Forces via Tactical Data Links, and enables the control of aircraft and missiles in support of anti-air warfare. The AN/TPS-59A(V)3 Mode 5 Identification Friend or Foe (IFF) Merge Modification effort consist of the following: Mode 5 IFF Modifications Kit, Array Power Supply Cabinet, Fiber Optic Slip Ring, and the remaining artifacts from the Netra T4 Technical Refresh (Monitors, keyboards, etc.). The Mode 5 IFF Merge Modification is the primary capability under test and includes Hardware/Software items grouped to form a new radar system baseline configuration. This new baseline will be tested as an integrated system. The Mode 5 IFF integration supports the Department of Defense (DoD) requirement to transition from MARK XII IFF to the enhanced MARK XIIA IFF/Mode 5 capability by 2020. To accelerate development activities and mitigate schedule risks, an Early Integration IFF System strategy was used during program execution. The Early Integration IFF System was functionally representative of the final IFF System less the Mode 5 Capability. Implementation of the Mode 5 Capability into the IFF subsystem will not impact the existing operational interface (Modes 1, 2, 3, C, and 4). This allows system integration and test activities to start earlier in the development life cycle. Description of Supplies and Services: Attachment 1 - SF 1449 contains the CLINs, quantities, delivery requirements and terms and conditions for this solicitation and the resultant contract. Technical Requirements: Attachment 2 - B rand Name or Equal - Salient Characteristics contains the brand name or equal technical requirements for this solicitation and resultant contract. Proposal Submission: Marine Corps Systems Command intends to solicit and award one Firm Fixed Price contract for the delivery of the products delineated in the background section of this document in support of the Marine Corps AN/TPS-59(V)(3) radar a s a result of this solicitation. All proposals shall include pricing for F.O.B Destination, SAM/ORCA information, company point of contact information, and payment discount terms. This solicitation is a request for quotes (RFQ). All Offerors shall read and complete the SF1449 Combined Synopsis/Solicitation attached to this posting, which provides all Contract Line Item Numbers (CLINs), Proposal Instructions and Format, and information for this requirement. THE GOVERNMENT RESERVES THE RIGHT TO REJECT ANY QUOTATION THAT DOES NOT SUBSTANTIALLY COMPLY WITH THESE QUOTATION PREPARATION INSTRUCTIONS. Vendors shall comply with the following instructions: VENDOR SHALL QUOTE ALL CLINs. PARTIAL QUOTES WILL BE REJECTED. For bundled costs, the phrase "Not Separately Priced" (NSP) shall be indicated for the corresponding CLIN. The term "N/A" or Not Applicable shall only be used when the described items in the applicable CLIN are NOT being provided. NOTE to Vendors - MATERIAL TERMS AND CONDITIONS: In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (not counterfeit), authorized (e.g., not gray market, includes appropriate licenses, etc.), and supported (e.g., warranty and support services) by the OEM, and Vendor shall, for: Hardware : Certify that it is a Manufacturer Authorized Partner/Reseller as of the date of the submission of its quote and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, the Vendor shall warrant that all products are new, in their original box. By submitting a response to this Request for Quote (RFQ) the Vendor confirms to have sourced all Manufacturer products submitted in this quote from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. The Government may reject a quote if the Vendor fails to agree to provide this information. If Vendor is not a Manufacturer Authorized Partner as of the date of the submission of its quote, then the Vendor shall submit with its offer a document, from the Manufacturer, that identifies the Vendor by name and states the following: (1) the products offered in response to the government's requirement are genuine (i.e., not counterfeit and not unauthorized secondary market/gray market products) (note: all items, including part numbers where applicable, shall be listed in the document); (2) the Vendor has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements; (3) the Vendor will be able to receive from the Manufacturer, and the Manufacturer will not deny, the support services required to support the product(s); and (4) that Manufacturer will not deny the standard commercial warranty support for the product(s). Proposal Submission: The Government intends to award one contract as a result of this solicitation. All proposals shall include pricing for F.O.B Destination, SAM/ORCA information, company point of contact information, and payment discount terms. General Instructions : All proposals shall comply with the instructions in FAR 52.212-1. Each response must clearly and concisely address the capability of the Offeror (s) to meet all specifications and requirements. The Government will not assume that an Offeror possesses any capability, understanding, and/or commitment that is not specifically delineated and supported in its respective proposal. 1. Submit the Marine Corps RFQ SF1449 attached to this request to the Contract Specialist's name under block 7a. Block 17a must be completed with company name, address, POC and email, CAGE Code, DUNS number, TIN number and phone number. The Schedule of Supplies and Services, the "Unit" and "Extended Price" shall be filled in and totaled at the bottom. Failure to follow these directions may cause the Government to reject the quote. 2. SUBMIT YOUR RFQ RESPONSES NO LATER THAN 27 September 2018 10:00 AM local time. SEND YOUR QUOTES VIA EMAIL TO: brittany.dyess@usmc.mil and stasia.baker@usmc.mil. 3. Vendors SHALL NOT include any.zip files. MCSC cannot accept.zip files due to USMC network limitations. Further, any email over 6MB must be split into two separate emails due to file size limitations of Government electronic mailboxes. Submissions rendered incomplete or late due to network outages or system limitations may be rejected. 4. Questions will not be accepted by phone; questions shall be emailed to: brittany.dyess@usmc.mil. Questions are due no later than 6 September 2018 at 10:00 AM local time. Place in the subject line of email: RFQ M67854-18-Q-2019 Mode 5 Test Equipment. 5. The Quote shall be valid for a period of at least 60 days. Terms and Conditions: The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1 - Instructions to Offerors - Commercial Items and 52.212-3 ALT I - Offerors Representations and Certifications - Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications- Commercial Items - ALT I. All other terms and conditions are contained in Attachment 1 - SF 1449. Evaluation: The Government intends to make one award to a responsible offeror as defined in the FAR 9.104 resulting from this solicitation and whose proposal is determined to be the Lowest Price Technically Acceptable (LPTA) offer after being evaluated in accordance with the evaluation criteria stated in 52.212-2 - Evaluation - Commercial Items contained in Attachment 1 - SF 1449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-Q-2019/listing.html)
 
Record
SN05060014-W 20180830/180828231440-c7bc4a08df463cd3b0b1450db3e4c56b (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.