SOLICITATION NOTICE
70 -- Brand Name Specific Components-Combat Vehicle Training System.
- Notice Date
- 7/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134016PCVTS
- Response Due
- 8/5/2016
- Archive Date
- 8/6/2016
- Point of Contact
- Irene Pollard 407-380-8143 Sidney Galloway, 407-380-8331 Sidney.galloway@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm Fixed Price (FFP) Purchase Order (P.O.) on a competitive basis for Brand Name specific components. Evaluation Criteria: The Government will award on a lowest price technically acceptable basis to the responsible offeror meeting the specifications of this solicitation. The procurement includes line items listing with components and quantities as listed below. The evaluation will include all line items and each component is identified as śBrand Name specific ť. The offeror ™s price will be evaluated at the line item and total price level only. The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award. This solicitation notice incorporates provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2005-87. The North American Industrial Classification System (NAICS) Code for this solicitation is 334118 with a size standard of 1,000 employees. This will be a Small Business Set “ Aside. This procurement is to purchase: Combat Vehicle Training System “ CLIN 2 each and includes the below: SXGA-1012SD-ARGB 2 each SXGA-1012-C (video cable + power cable) 2 each SXGA-1001-S [Configuration Cable] 2 each eMagin SXGA Color OLED [EMA-101400-01 SXGA Color OLED-XL Microdisplay] 2 each Please include Shipping and Handling Additional information: Award will be made on an All or None basis. Each line item must be shipped complete. Quotes must remain valid for 30 days after 26 July 2016. Delivery No later than 15 AUG 2016 All vendors submitting quotes must be registered in the System for Award Management (SAM), https://www.sam.gov/portal/public/SAM. All items/components shall be NEW. Refurbished items/components will not be accepted. Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34. Shipped To: Naval Air Warfare Center Training Systems Division 12211 Science Drive, Orlando FL, 32826. Attn: Tyson Griffin (407-380-4671). IAW FAR Part 13.003 and 5.202 this solicitation will be displayed for 5 days from date of posting. FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR clause 52.212-4, Contract Terms and Conditions “ Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation 2013-O0019: SEP 2013) applies to this acquisition. The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest after Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.239-1 Privacy or Security Safeguards 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Systems for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252-211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System “ Statistical Reporting in Past Performance Evaluations 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 252.239-7017 Notice of Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Prospective Contractor Responsibility “ Basic Quotes are due no later than 2:00 PM Local Time (Orlando) on 5 August 2016. Quotes will only be accepted by e-mail to Irene.pollard@navy.mil. In addition to the requirements found at clause 52.212-1(b) and throughout this synopsis/solicitation, responses must also include a direct point of contact; delivery schedule(s); commercial warranty terms, business type, size standard; CAGE code; and DUNS number. Proprietary data in responses will be protected where designated. Vendors are encouraged to obtain a confirmation of quote receipt immediately following quote submission. For questions regarding this acquisition, please contact Irene Pollard, Contract Specialist at 407-380-8143 or Sidney Galloway, Procuring Contracting Officer (PCO) at Sidney.galloway@navy.mil or 407-380-8331.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016PCVTS/listing.html)
- Record
- SN04198694-W 20160729/160727235509-c0e93b6d6e5cb13efbe19cec61061bf3 (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 |