MODIFICATION
58 -- USB INTERFACE TO MIL-STD-1553 MIL-STD-1553 (1S)
- Notice Date
- 3/31/2016
- Notice Type
- Modification/Amendment
- 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
- N66001-16-T-8015
- Response Due
- 4/6/2016
- Archive Date
- 5/6/2016
- Point of Contact
- Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Dorothy J Powell, Contracting Officer, 619-553-4455
- E-Mail Address
-
Contract Specialist
(rebeca.holguin@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMMENDMENT 02 Effective Date 03/31/16. THE PURPOSE OF THIS AMMENDMENT IS AS FOLLOWS: 1. CLOSING DATE EXTENDED FROM 03/25/16 @ 03:00 PM (PST) TO 04/06/16 @ 03:00 PM (PST). 2. INCORPORATE QUESTIONS AND ANSWERS QUESTION 1: What are Minimum Government Technical Requirements? (Please list) ANSWER: a. Windows 10 Credential Guard compatible b. VT-d implemented in the CPU, chipset, and BIOS c. Trusted Platform Module (TPM) 1.2 or 2.0 chip installed d. 4th, 5th, or 6th generation Intel Core i# CPU (e.g. -4xxx, -5xxx, -6xxx) e. UEFI 2.3.1, 2.4, or later f. Express card54 Slot QUESTION 2: Is there a manufacture and part number (or equal to)? ANSWER: a. Preferable from Panasonic (BRAND NAME OR EQUAL) QUESTION 3: What number of dual-redundant channels are required (1 A/B pair or 2 A/B pairs)? ANSWER: a. 1 A/B pair QUESTION 4: Do the channels need to be multi-function (simultaneous BC, multiple RTs and monitor) or single-function (sequential functions)? ANSWER: a. Simultaneous B/C and monitor QUESTION 5: What is being requested, a USB INTERFACE cable, adapter, mixer, what? ANSWER: a. Six (6) Laptops with above minimum requirements to support migration to Windows 10 and future shipboard use. 3. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. *********************************************************************** AMMENDMENT 01 THE PURPOSE OF THIS AMMENDMENT IS TO EXTEND RFQ CLOSING DATE FROM 03/23/2016 @ 03:00 PM (PST) TO 03/25/15 AT 03:00 PM (PST) *********************************************************************** 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 N66001-16-T-8015 for USB Interface to MIL-STD-1553 MIL-STD-1533 (1S). This requirement is set-aside for small businesses, NAICS code is 334220 and the size standard is 1,250 Employees. CLIN 0001 USB INTERFACE TO Military Specs: 6 Each MIL-STD-1533 MIL-STD-1533(1S) CLIN 0002 SHIPPING 1 Lot If applicable, must be shown on quote as a separate line item. Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This RFQ closes on April 06, 2016 at 03:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-8015 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/ N66001-16-T-8015 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil 3. Please include the following: a. CAGE Code b. DUNS c. Business Size 4. Preferred method of shipment: FOB Destination. The point of contact for this solicitation is Rebeca Holguin at rebeca.holguin@navy.mil or Dorothy Powell at Dorothy.powell@navy.mil. Please include RFQ N66001-16-T-8015 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87 (03/07/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), February 26, 2016. 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. FAR Clauses 52.204-2 Security Requirements 252.204-7000 Disclosure Of Information 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. FAR Clause 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-- Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000, Disclosure of Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; and 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-00010) (Feb 2015) FAR 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.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 Transfer System for Award Management (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation 2013- 00019) (July 2014), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc4b3f6d01eac90e76366c805e54d89a)
- Record
- SN04068343-W 20160402/160331234553-cc4b3f6d01eac90e76366c805e54d89a (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 |