Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOLICITATION NOTICE

70 -- Hardware & Software Licenses - Solicitation

Notice Date
8/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4081 N. Jackson Rd. Bldg 841, Indian Head, Maryland, 20640-5116, United States
 
ZIP Code
20640-5116
 
Solicitation Number
N00174-18-R-0106
 
Archive Date
10/2/2018
 
Point of Contact
Michelle L Bowie, Phone: 3017446891
 
E-Mail Address
michelle.l.bowie@navy.mil
(michelle.l.bowie@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation / RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-18-R-0106 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-66. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 541511. The SB size standard for this code is 27.5 million dollars CLIN0001 - 1 ea. BRAND NAME Part# 1SFCH5C04ATL-XS Panduit Industrial CAT5e Ethernet Cable 1000ft Reel CLIN0002 - 30 ea. BRAND NAME Part# ISPS688FAS Panduit 8-position, Industrial Net, RJ45 plug, field terminable CLIN0003 - 21 ea. BRAND NAME Part# 1794-AENTR 1794 Flex, Flex Ex, Flex XT I/O System, FLEX I/O Dual Port EtherNet/IP Adapter Module CLIN0004 - 20 ea. BRAND NAME Part# 1794-IB16 1794 Flex, Flex Ex, Flex XT I/O System, Input Module, 24VDC, 16 Sink Inputs CLIN0005 - 77 ea. BRAND NAME Part# 1794-TB3 1794 Flex, Flex Ex, Flex XT I/O System, Terminal Base, 3-Wire, Cage Clamp CLIN0006 - 20 ea. BRAND NAME Part# 1794-OB16 1794 Flex, Flex Ex, Flex XT I/O System, Output Module, 24V DC, 16 Source Outputs CLIN0007 - 5 ea. BRAND NAME Part# 1783-BMS10CGA Stratix 5700 Switch, Managed, 8 Fast Ethernet Copper Ports, 2 Gigabit Ethernet Combo Ports, Full Software CLIN0008 - 3 ea. BRAND NAME Part# 1783-BMS20CA Stratix 5700 Switch, Managed, 16 Fast Ethernet Copper Ports, 2 Fast Ethernet Combo Ports, 2 Fast Ethernet Fiber SFP Slots, F CLIN0009 - 22 ea. BRAND NAME Part# 1783-SFP100LX Stratix SFP Module single Mode Fiber CLIN0010 - 19 ea. BRAND NAME Part# 1794-IT8 1794 Flex, Flex Ex, Flex XT I/O System, Input Module, Thermocouple, 8 Point CLIN0011 - 18 ea. BRAND NAME Part# 1794-IE8 1794 Flex, Flex Ex, Flex XT I/O System, Analog Input Modules, 8 Single-Ended Inputs CLIN0012 - 2 ea. BRAND NAME Part# 1756-A10 10 Slot ControlLogix Chassis CLIN0013 - 2 ea. BRAND NAME Part# 1756-PA75 ControlLogix, 85-265 VAC Power Supply (13 Amp @ 5V) CLIN0014 - 2 ea. BRAND NAME Part# 1756-L73 ControlLogix 5570 Controller with 8 MB Memory, USB Port, 4 Character Alpha/Numeric Display. CLIN0015 - 4 ea. BRAND NAME Part# 1756-EN2TR EtherNet dual port 10-100M Interface Module (supports 128 TCP/IP connections, up to 8 axis ), Ring and Linear topologies CLIN0016 - 6 ea. BRAND NAME Part# MVI56E-MNETC MVI56E-MNETC ProSoft Technology Modbus TCP/IP Multi-Client Enhanced Communication Module for Remote Chassis CLIN0017 - 8 ea. BRAND NAME Part# 1756-N2 Slot Filler module for standard ControlLogix chassis CLIN0018 - 1 ea. BRAND NAME Part# 9324-RLD300ENM 9324-RLD300ENM RSLogix5000 Programming Software CLIN0019 - 1 ea. BRAND NAME Part# 9701-VWSS000CW1-LENM Factory Talk View SE Server CLIN0020 - 1 ea. BRAND NAME Part# RAENG40RAS (40) Hour Block - On-Site Engineering Time (travel is deducted same as On-Site per Hour) Lodging & Expenses are not covered CLIN0021 - 2 ea. BRAND NAME Part# 177752 AB CCP146 CONTROLLOGIX System Fundamentals CLIN0022 - 2 ea. BRAND NAME Part# 258607 AB CCP151 Studio 5000 Basic Ladder Programming CLIN0023 - 2 ea. BRAND NAME Part# 258597 AB CCP143 Studio 5000 Project Development CLIN0024 - 1 ea. BRAND NAME Part# 177729 AB CCP153 CONTROLLOGIX Maintenance & TS All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.213-7000 -Notice to Prospective Suppliers on use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; 52.204-3, Taxpayer Identification; 52.204-13, System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. Points of contact: Contract Specialist/Administrator: Michelle L. Bowie Civ, Telephone: (301) 744-6891 E-Mail: michelle.l.bowie@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted no later than 1100 (11:00 a.m.) Eastern Standard Time on 17 Sept 2018. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-18-R-0106/listing.html)
 
Place of Performance
Address: Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN05067782-W 20180902/180831231443-17d60344490b28115cd82084137f1149 (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.