Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

53 -- MAINTENANCE CONSOLE

Notice Date
5/7/2020 2:49:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N63394-20-Q-0057
 
Response Due
5/20/2020 5:00:00 PM
 
Archive Date
06/04/2020
 
Point of Contact
PAM J STILES, Phone: 8052288754, Fax: 8052286299
 
E-Mail Address
pamela.stiles@navy.mil
(pamela.stiles@navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION � � FY Number: ��FY20-13163 and FY20-13208 Solicitation Number: N6339420Q0057 NAICS: 334111 FSC/PSC: �5342 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 � � Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 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; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a Small Business Size Standard of 1,250. This combined synopsis/solicitation is intended as a sole source procurement to Systel, Incorporated, Cage Code 1VRD0 The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: Item:� Maintenance Console P/N:�� 7192FPD-09 QTY:�� 63 In accordance with Salient Characteristics below. Salient Characteristics for Maintenance Consoles APPLICABLE DOCUMENTS. 1. The following documents contain requirements which have been met by the Maintenance Console Manufacturer Systel Incorporated� MIL?STD?167?1 Mechanical Vibrations of Shipboard Equipment, 01 May 1974 MIL?S?901 Shock Test, H.I. (Hi?Impact) Shipboard Machinery, Equipment and Systems, Requirements for Revision E, 20 June 2017 MIL?HDBK?2036, Preparation of Electronic Equipment Specifications, 3 September 1999 REQUIREMENTS. 1. Performance Characteristics. The unit shall have the following performance characteristics. a. Supported Resolution. The unit�s monitor shall support a resolution of 1280 x 1024 and 640 ������������������ x 480 at 60?75 Hz. b. Display. The unit shall have a minimum screen display of 17 inches measured diagonally with an aspect ratio of 5:4. c. The unit shall have a full QWERTY keyboard. d. The unit shall have a Trackball or trackpad pointing device. e. Input power. f. The unit shall accept single phase 115Vac, 60 Hz input. g. The unit shall have a maximum power of 40W. 2. Physical Characteristics. The unit shall have the following physical characteristics. a Weight. The unit weight shall not exceed 20 lbs. b. The unit shall have both DVI and VGA connections. c. The unit shall have USB type A connectors for Keyboard and pointing device. 3. Environmental Testing Conditions Met. a. Operating Temperature. The unit operates between temperatures of 5 and 50�C. b. Storage Temperature. The unit shall withstand exposure to temperatures between ?20 and ������������������ 55�C without damage or degradation. c. Humidity. The unit shall operate in a relative humidity of 5 to 95% non?condensing. d. Shock. The unit shall be capable of operating when exposed to the shock requirements of ������������������ MIL?S?901E (Grade A) when installed within a shock isolated enclosure. e. Vibration. The unit shall be capable of operating when exposed to the vibration requirements ���of MIL?STD?167?1 when installed within a shock isolated enclosure. f. Ship motion and attitude. The unit shall operate normally (with monitor in upright position) ��� while exposed to conditions of motion and attitude testing in accordance with MIL?HDBK?2036. 4. Quality Assurance Provisions. a. Acceptance Tests and Inspections. Best commercial practice shall be used. Unit must pass all tests and Inspections before delivery. 5. Preparation for Shipment Shipping FOB Destination. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System � INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 05/20/2020.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Pamela Stiles at pamela.stiles@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 05/20/2020, �05:00 P.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to Beta SAM. It is the responsibility of interested vendors to monitor Beta SAM for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)).� The government will evaluate information based on the following evaluation criteria: Price (Lowest Price Technically Acceptable) � Technical Capability.� The Vendor�s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation and adherence to the Statement of Work.� Technical capability will receive an �acceptable� or �not acceptable� rating.� Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000. Adjectival Rating Description: Acceptable:� Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ � APPLICABLE CLAUSES FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction und any Federal Law FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-7 Notice of Partial Small Business Set-Aside FAR 52.219-14 Limitation on Subcontracting FAR 52.222-3 Convict Labor 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 � System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.243-1 Changes � Fixed Price FAR 52.246-1 Contractor Inspection Requirements FAR 52.246-2 Inspection of Supplies-Fixed Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdce88dacc2d4601b4ae8406ed0f9df1/view)
 
Record
SN05650553-F 20200509/200507230208 (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.