Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2019 SAM #6559
SOLICITATION NOTICE

70 -- Fleet Representative Hardware

Notice Date
11/12/2019 3:50:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1300810164
 
Response Due
11/20/2019 12:00:00 PM
 
Archive Date
12/05/2019
 
Point of Contact
Travora R. Levasseur, Contract Specialist, Phone: 3017571943
 
E-Mail Address
travora.levasseur@navy.mil
(travora.levasseur@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; proposals are being requested and a formal solicitation will not be issued.This requirement is advertised as a competition. Naval Air Warfare Center - Aircraft Division (NAWC-AD) is issuing solicitation number, 1300810164 as a request for quotes (RFQ) for the procurement of Fleet Representative Hardware equipment. The equipment supports PMA 262 to replace equipment that currently belong to engineering representatives. The hardware will enable PMA 262 to complete designated requirements by building an operationally representative environment to enhance the transition from the T&E to operational.The Government intends to award a contract on a Competitive- Lowest Price Technically Acceptable (LPTA) basis for this procurement. THIS NOTICE IS PUBLISHED AS A REQUEST FOR COMPETITIVE PROPOSALS. REQUIREMENTS:The requirement(s) will be procured in accordance with the statutory authority permitting full and open competition after exclusion of sources under Title 10 U.S.C 2304(c)(1), as implemented by FAR 6.203. Under this effort, the Contractor shall provide the following items: Item Qty Description 1 3 N91-1G Netropy N91 Up to 1 GBPS WAN Emulator requires 1 or 3 year license - Lead time 2-3 weeks 2 3 N91-R1YR 1YR Lics + war sup N91 Product Lics required w/ N91 Hardware 3 10 PDU30MVT24FNET Monitored PDU 120V 30A L5-30P 0U 5-20R 10FT Cord 24F Out 3YRAll items must be new and all quotes must be for all items as stated, no substitutes, prototypes, demonstration models, used, or refurbished equipment will be accepted and partial quotes will not be considered for award. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to only one vendor.Place of Delivery: The items above must be delivered to the following address: AUDIE HUDNELL 4297 Pacific Highway Bldg. OT7; San Diego, CA. 92110-5000 Additionally, the following delivery scheduled should be adhered to as well: Delivery shall be no later than four (4) weeks after award of contract.Invoicing:All invoicing shall be submitted into Wide Are Workflow for payment after all material is received.Inspection/Acceptance: FOB DestinationThis announcement constitutes the only solicitation; a written solicitation will not be issued. The Government will utilize lowest price technically acceptable as the source selection process. The award will be made on the basis of the lowest evaluated price and made without discussions. Offerors must ensure that their firm is registered with the System for Award Management (SAM). For further information, please refer to https://www.sam.gov. The Government will consider written and/or electronic media responses to this announcement received no later than November 20, 2019, 12:00 PM Eastern Standard Time and can be submitted to:Travora LevasseurNAWC-AD Contracts 22473 Millstone Rd., Bldg. 505Patuxent River, MD 20670Travora.Levasseur@navy.milApplicable FAR Provisions & Clauses: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government. FAR Clause 52.204-7, Systems for Award Management. FAR Clause 52.204-13, System for Award Management Maintenance. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-2, Evaluation - Commercial Items is hereby incorporated by reference. Offeror must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications - Commercials Items with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses, cited in this clause, are applicable to this acquisition: 52.222-3, Convict Labor. 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 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 Veterans. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. 52.222-50, Combating Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. 52.225-1, Buy American - Supplies. 52.225-13, Restrictions on Certain Foreign Purchases.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/240615ca562247809e0b9f513afe3698/view)
 
Record
SN05492913-F 20191114/191117144244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.