MODIFICATION
R -- ENVIRONMENTAL TESTING SERVICES
- Notice Date
- 12/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-13-T-6003
- Response Due
- 12/12/2012
- Archive Date
- 1/11/2013
- Point of Contact
- Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Jeannette L Perez, Contracting Officer, 619-553-9046
- E-Mail Address
-
Contract Specialist
(gina.goodman@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 00002, EFFECTIVE DECEMBER 5, 2012 1. The purpose of this amendment is to incorporate the following Questions and Answers: Question 1: We are a Accredited contract test able and would like to bid on the above project. Do you have any details on what is being tested- size and weight? Answer 1: Dimensions are approx 4' H x 3' W x 3' D in a cylindrical form factor. Question 2: It references a Compact Surface Antenna (CSA) (SSC PACIFIC Code 52280). No Dimension- no quantity. Answer 2: See Answer 1. Quantity is 1 antenna. Question 3: Would you please advise if this quote is for the San Diego location or a different one? Answer 3: This will be for SSC Pacific, San Diego. Question 4: What is the approximate size of the CSA Antenna? Answer 4: See Answer 1. Question 5: You mention testing in Lots. How many test samples would there be in one Lot? Answer 5: There will be one test sample in one lot. Question 6: Some of the testing that you have requested in MIL-STD-810G is for operational testing. For this, we would need to know the power requirements for the CSA Antenna. Also, is any special monitoring required during the operational tests? If so, what monitoring equipment and parameters would be required? Answer 6: The antenna is passive and requires no power. No monitoring during testing, but we will do a return loss test (takes about 5 minutes with a handheld device) before and after temperature testing. Question 7: What size is the antenna? Answer 7: See Answer 1. Question 8: How many antennas are tested in a lot? Answer 8: See Answers 2 and 5. Question 9: I may have missed it, but I didn't see dimensions for the size of the unit under test, which will determine our bid/no bid. Answer 9: See Answer 1. 2. The solicitation closing date remains unchanged. ******************************************************* AMENDMENT 00001, EFFECTIVE DECEMBER 5, 2012. 1. The purpose of this amendment is to incorporate the following information: There is only 1 antenna being tested. It's dimensions are approx 4' H x 3' W x 3' D in a cylindrical form factor. 2. The solicitation closing date remains unchanged. ************************************************************* This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-13-T-6003. This requirement will result in a firm fixed priced purchase order. This requirement is set-aside for small business, NAICS code is 541380 and the business size standard is $14.0. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-62 (11/20/12) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 11/16/12. 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. Basis for award: The government anticipates awarding a firm-fixed price purchase order. Environmental Testing Services for six months in accordance with the attached Statement of Work (SOW). Item 0001, Temperature Testing In accordance with the attached SOW. Qty 1 lot _____________________________ Item 0002, Humidity Testing In accordance with the attached SOW. Qty 1 lot _____________________________ Item 0003, Salt Fog Testing In accordance with the attached SOW. Qty 1 lot _____________________________ Item 0004, Solar Radiation Testing In accordance with the attached SOW. Qty 1 lot _____________________________ Item 0005, Blow Rain Testing In accordance with the attached SOW. Qty 1 lot _____________________________ TOTAL $____________________________ Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on December 12, 2012 at 10:00 AM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-13-T-6003. The point of contact for this solicitation is Gina Goodman at gina.goodman@navy.mil. Please include RFQ N66001-13-T-6003 on all inquiries. All responding vendors must be registered to the Central Contractor Registration (CCR) and ORCA prior to award of contract. Information can be found at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba6a89d5a34b63dcfd3d32322a22bd2e)
- Record
- SN02942694-W 20121207/121205233921-ba6a89d5a34b63dcfd3d32322a22bd2e (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 |