Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
MODIFICATION

H -- EMI/EMC Testing of S-System Printer - Solicitation 1 - Government Furnished Property

Notice Date
9/3/2019
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98314, United States
 
ZIP Code
98314
 
Solicitation Number
N4523A19Q1310
 
Response Due
9/9/2019 11:00:00 AM
 
Point of Contact
Melissa N. Oser, , Daniel J. Ellis, Phone: 3604764053
 
E-Mail Address
melissa.oser@navy.mil, daniel.ellis@navy.mil
(melissa.oser@navy.mil, daniel.ellis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
GFP Attachment QASP Attachment SF 1449 Solicitation INFORMATION FOR POTENTIAL OFFERORS: All responsible sources may submit a quote which shall be considered by the agency. Quotes must be submitted via email to melissa.oser@navy.mil and daniel.ellis@navy.mil by FBO solicitation posted date. The quote shall be a document communicating the testing being provided (meets or exceeds the technical characteristics communicated in the Performance Work Statement), the price (total price), and be signed by a designated agent of the company, and date of expiration. ALL REQUESTS/INQUIRIES MUST BE EMAILED AND RECEIVED BY FRIDAY, SEPTEMBER 6, 2019 BY 11:00AM PACIFIC TIME. RESPONSES WILL BE POSTED TO WWW.FBO.GOV. QUESTIONS MAY BE ANSWERED AFTER THIS DEADLINE. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) intends to award a single award, Firm-Fixed-Price commercial service contract to accomplish the electromagnetic interference and compliance (EMI/EMC) testing of an S-System Printer (LEXMARK MS510DN) in accordance with MIL-STD-461G, Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment. A complete RFQ package will be available on the government wide point-of-entry (https://www.fbo.gov) on or around 29 August 2019 to close on or around 4 September 2019. Objective: Objective of the contract is to have EMI/EMC testing completed on the LEXMARK MS510DN printer in accordance with MIL-STD-461G. The S-System Printer operates on single-phase 120 Volts Root-Mean-Square (Vrms), 60 Hz power. Approximate power usage is 600 Watts. The S-System Printer is for the US Navy. It is approximately 10.3” high by 15.7” wide by 15” deep. The S-System Printer weighs approximately 33 pounds. The operating frequency of the S-System Printer is approximately 800MHz. There is one power cable to the Printer, and one Ethernet cable that is between the printer and a computer. The Ethernet cable will be used to send prints to the Printer during testing. The Product Service Code (PSC) is H259. The North American Industry Classification System (NAICS) code for this work is 541380 with a Small Business Standard Size of $15,000,000.00 Million. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will not issue a hard copy of this solicitation. This requirement is intending to be full and open competition. By submitting a quote, the vendor is self-certifying that the business qualifies under NAICS 541380, neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Please direct all questions regarding this requirement via e-mail to Melissa Oser at melissa.oser@navy.mil The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov. Notice Regarding Pre-Solicitation Synopsis: Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. THIS PRESOLICITATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR QUOTATION (RFQ)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTATION, IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENTWIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19Q1310/listing.html)
 
Place of Performance
Address: At Contractor's facility., United States
 
Record
SN05427714-W 20190905/190903230741-004b57bc730a353816b106a34e94728f (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.