Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2019 FBO #6302
SOLICITATION NOTICE

J -- Spirent GNSS Simulator Maintenance Services for U.S. Naval Observatory (USNO)

Notice Date
2/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0018919QZ126
 
Response Due
2/28/2019
 
Archive Date
3/14/2019
 
Point of Contact
Bridget Blaney 215-697-9628
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Philadelphia Office requests responses from qualified sources capable of providing: Maintenance support services for its existing Spirent GSS9000 Global Navigation Satellite System (GNSS) Simulator for the U.S. Naval Observatory (USNO). Period of Performance is: 12-month base period from the date of award, plus four (4) 12-month option terms. Performance Location is: 3450 Massachusetts Avenue NW, Building 78 Rm 112, Washington, DC 20392. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirement and quality control. The proposed contract type is firm-fixed price (FFP). The RFQ number is N00189-19-Q-Z126. The is a request for quotations (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20180928. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/curent/index.html. The NAICS code is 811310 and the Small Business Standard is $7.5 Million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b), Soliciting form a single source. The intended sole source vendor is Spirent Federal System Inc. (CAGE: 1VBX4) of Pleasant Grove, Utah. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all submissions received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. REQUIRMENTS STATEMENT: The required services are a continuation of annual service required for the Naval Observatory Spirent GSS9000 Global Navigation Satellite (GNSS) system. The GSS9000 is a 16-channel hardware with the ability to generate the following GNSS signals: Global Positioning System (GPS) L1/L2/L5, Global Navigation Satellite System (GLONASS) L1/L2, Galileo E1/E5ab/E6 and BeiDou B1/B2. With multiple channels and the amount of GNSS signals it can output, this GNSS Simulator can generate satellite signals for all current GNSS satellites for USNO Timing Measurement applications. The system also includes Advanced Encryption Standard (AES) and Simulator Data Sets M-code (Military code) support and maintenance that allows USNO to simulate M-code GPS signals allowing USNO to perform tests to support the next generation of GPS operations. The Spirent GSS9000 GNSS Simulator provides USNO with the capability to modify, current, or future GNSS signals within a controlled lab environment. The Spirent GSS9000 GNSS Simulator is mission critical to the USNO in GNSS timing calibrations. The receivers tested with the Simulator are intended to bolster USNO ™s operational capability as the time monitor of the U.S. Air Force ™s GPS timescale and to provide support for The Next Generation Operational Control System (OCX) calibrations and testing that includes testing and calibration of M-code GPS receivers. See the attached document for more detail on the Government ™s minimum requirements. CLIN 001, FFP, 12 months: POP 01-JUL-2019 TO 30-JUN-2020 CLIN 002, FFP, 12 months: POP 01-JUL-2020 TO 30-JUN-2021 CLIN 003, FFP, 12 months: POP 01-JUL 2021 TO 30-JUN-2022 CLIN 004, FFP, 12 months: POP 01-JUL 2022 TO 30-JUN-2023 CLIN 005, FFP, 12 months: POP 01-JUL 2023 TO 30 JUN-2024 SimSUPPORT 12 months Maintenance and support on your GSS9000 1 RF GPS L1/L2/L5, GLONASS L1/L2, Galileo E1/E5a/E6, BeiDou B1/B2 Simulator system, including AES and SDS M code. The following FAR provisions and clauses are applicable to this procurement: The following FAR and DFARS clauses and provisions are incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services -- (timeframes consistent with 52.217-9) 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. - Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data - Commercial Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontract for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea The following FAR and DFARS clauses and provisions shall be considered incorporated by full text within this solicitation: 52.209-11 “ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 -- Instructions to Offerors -- Commercial Items 52.212-3 -- Offeror Representations and Certifications -- Commercial Items 52.212-4 -- Contract Terms and Conditions -- Commercial Items Use with its ALT I, when a time and materials contract is anticipated: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including the following clauses: ----- 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards ----- 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ----- 52.219-28 -- Post-Award Small Business Program Rerepresentation ----- 52.222-3 -- Convict Labor ----- 52.222-21 -- Prohibition of Segregated Facilities ----- 52.222-26 -- Equal Opportunity ----- 52.222-35 -- Equal Opportunity for Veterans ----- 52.222-36 “ Equal Opportunity for Workers With Disabilities ----- 52.222-37 -- Employment Reports on Disabled Veterans ----- 52.222-50 -- Combating Trafficking in Persons ----- 52.223-16 “ Acquisition of EPEAT ®-Registered Personal Computer Products ----- 52.225-13 -- Restrictions on Certain Foreign Purchases ----- 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 52.217-9 Option to Extend the Term of the Contract -- (Timeframes: Notice-15 days before expiration; Option exercise-5 days before expiration) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.252-2 Clauses Incorporated by Reference 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.232-7006 Wide Area Workflow Payment Instructions 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) The provision at 52.212-1 (Instructions to Offerors -- Commercial) applies to this solicitation. Quoters are advised to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items) and its ALT I with quotes. The clauses at 52.212-4 (Contract Terms and Conditions -- Commercial Items) and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) apply to this acquisition. All clauses shall be incorporated by reference in the order where possible. Procedures in FAR 13.106 are applicable to this procurement. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contract from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement listed above. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly demonstrate the capability of the quoter to meet all specifications sand requirement. All question and submission related to this notice shall be submitted in writing to Ms. Bridget Blaney at the email address indicated herein. This announcement will close at 12:00 PM EST on 28 Feb 2019. Contac Ms. Bridget Blaney who can be reached at (215) 697-9628 or email bridget.blaney@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible source may submit a quote which will be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ126/listing.html)
 
Place of Performance
Address: 3450 Massachusetts Avenue NW, Building 78 Rm 112, Washington, DC
Zip Code: 20392
Country: US
 
Record
SN05230918-F 20190224/190225091104 (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.