SOLICITATION NOTICE
58 -- Brand Name or Equal Multiband Vehicular Radio and Support Equipment
- Notice Date
- 9/26/2019
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-19-Q-7185
- Response Due
- 9/27/2019
- Archive Date
- 10/27/2019
- Point of Contact
- Point of Contact - Lawrence Chu, Contract Specialist, 6195534380; Richard Anderson, Contracting Officer, 619-553-6588
- E-Mail Address
-
Contract Specialist
(lawrence.chu@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ: Brand Name or Equal Multiband Vehicular Radio and Support Equipment 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; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 19-Q-7185. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and the small business size standard is 1250 employees million. This procurement is not a small business set-aside. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire three, Brand name or Equal, L3Harris Falcon III compatible 50w Multiband MP Vehicular Radios NO R/T, with supporting cable assembly, handset, installation kit, and locking bars. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 50w Multiband MP Vehicular, No R/T 3 Each 0002 Cable Assembly, PRGMG (USB), MP, 6 FT 3 Each 0003 Handset, Modified H-250 3 Each 0004 Install Kit, DC Power 3 Each 0005 Lanyard, Locking Bar 3 Each The expected delivery date is 18 March 2020. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: 4297 Pacific Highway Building OT 7 San Diego, CA 92110-5000 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the best value to the government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the offeror that presents the best value to the Government, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: 1. Offerors shall provide a quote that identifies the Brand Name items or "Equal" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an "equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment "01 Salient Characteristics." 2. To propose an "equal" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics provided in Attachment "01 Salient Characteristics." Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 28 September 2019 at 12:00 PM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-19-Q-7185. Include RFQ# N66001-19-Q- 7185 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 30 September 2019 at 09:00 AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-19-Q-7185. Quotes may also be submitted directly to the Contract Specialist at email Lawrence.Chu@navy.mil. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Lawrence Chu at Lawrence.chu@navy.mil. Reference RFQ# N66001-19-Q-7185 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 3. "01 Salient Characteristics" APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) '2019-06' and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice '20190913.' It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7021, Trade AgreementsBasic (Dec 2017) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018), applies to this acquisition. Addenda are not attached. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7008, Sources of Electronic Parts (Oct 2016).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bac54dba67ef58707d387188282901fa)
- Place of Performance
- Address: 53560 Hull St. San Diego, California
- Zip Code: 92152
- Zip Code: 92152
- Record
- SN05460621-W 20190928/190926231246-bac54dba67ef58707d387188282901fa (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 |