Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2020 SAM #6847
SOLICITATION NOTICE

70 -- Global Position System (GPS) Disciplined Network Timing Devices

Notice Date
8/26/2020 11:59:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4068
 
Response Due
9/2/2020 12:00:00 AM
 
Archive Date
03/01/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0060420Q4068 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-09-02 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be PEARL HARBOR,, HI 96860 The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001: Global Position System (GPS) Disciplined Network Timing Devices, Quantity ten (10) Minimum Technical Specifications: -Able to utilize One Pulse Per Second (1PPS), 10 MHz, and Inter-Range Instrumentation Group B (IRIG- B) AM-modulated as a synchronizing input timing source. -Output Network Time Protocol (NTPv3) and NTPv4 using a timing source disciplined by 1PPS, 10MHz, or IRIG-B. -Upgradable to Precision Time Protocol (PTP) through replacement of module to support future requirement -Rack mountable in a standard nineteen inch (19"") rack -Use standard one hundred twenty (120) Volts Alternating Current VAC, sixty (60) Hz power - Provide minimum of three (3) Registered Jack RJ-45 network interface connectors supporting 1000Mbps (1Gb) Ethernet. - Supports SNMPv3 management protocol., 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-13: SAM Maintenance 52.204-16: Commercial and Government Entity Code Reporting 52.204-18: Commercial and Government Entity Code Maintenance 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6: Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in (1) Israel, and the anticipated value of the acquisition is $50,000 or more; (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d) Remedies. (1) The Contracting Officer may terminate the contract. (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-50: Combating Trafficking in Persons 52.222-51: Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements. 52.222-52: Exemption from Application of the SCLS to Contracts for Certain Services- Certification 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-18: Availability of Funds 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of Contract Claim 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.204-7016: Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003 : Item Unique Identification and Valuation 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7012: Preference for Certain Domestic Commodities 252.225-7974: Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. The basis of award will be low price technically acceptable (LPTA). Offers will be considered Technical acceptable if they include all items requested as well as submission of the attached Far provisions or include a note that their sam.gov registration is current and reflects the current status of the registered entity to be considered eligible for award. FAR 52.212-3 ALT I * Please complete ALT I and return it with your quote. - This form contains the information that is in your SAM registration, please scroll to page 4 section (2). - If no update to your company�s information is needed, please type in �NA�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b0fa04f4f6e406bbcff3b89e996fe66/view)
 
Place of Performance
Address: PEARL HARBOR,, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05774885-F 20200828/200826230201 (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.