SOLICITATION NOTICE
70 -- MIL-STD-1553 PCI CARD
- Notice Date
- 7/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral 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-7732
- Response Due
- 8/1/2016
- Archive Date
- 8/31/2016
- Point of Contact
- Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Joel Judy, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(rebeca.holguin@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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-7732. This requirement is set-aside for small business, NAICS code is 334418 and business size standard is 750 employees. Quote Brand NameDo Not Substitute "The statement below applies to all CLINS To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." CLIN 0001 MIL-STD-1553 PCI CARD 5 Each Make: Abaco Systems Part Number: QPCX-1553-1SAW Single function, single-dual redundant channel, fixed voltage PCI interface board with IRIG-BREC/GEN. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. This RFQ closes on August 01, 2016 at 10:00 AM, 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-7732 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-7732 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. (Please include shipping as separate line item if other than FOB Destination) Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 The point of contact for this solicitation is Rebeca Holguin at rebeca.holguin@navy.mil. Please include RFQ N66001-16-T-7732 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 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), May 10, 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 Provisions 52.204-7 Data Universal Numbering System Number 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.252-1 Solicitation Provisions Incorporated by Reference 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7000 Disclosure Of Information 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.203-7996 Prohibition on Contractin with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204.7011 Alternative Line Item Structure. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 52.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.237-7024 Notice of Continuation of Essential Contractor Services 5252.211-9203 Offered Equal Product (Former SPAWAR Clause C-305)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/efdf30b84676e8852d1d63c5a8c47338)
- Record
- SN04198565-W 20160729/160727235404-efdf30b84676e8852d1d63c5a8c47338 (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 |