Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

66 -- PXI SYSTEM

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-T-0471
 
Archive Date
9/25/2016
 
Point of Contact
Desiree I. Pendleton, Phone: 7323232155
 
E-Mail Address
Desiree.Pendleton@navy.mil
(Desiree.Pendleton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is N68335-16-T-0471 and is issued as a Limited Competition between all authorized, responsible, federal resellers/distributors of the Original Equipment Manufacturer (OEM), National Instruments as a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-89. The Solicitation is being issued as a Limited Competition basis as stated in paragraph (ii). The associated North American Industrial Classification System (NAICS) Code for this procurement is 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 employees. The Contract Line Item Number (CLIN) will be Firm-Fixed Price (FFP) and listed as follows: CLIN 0001: Quantity of one (1) PXI System, Part Number: PX4678408 The PXI System, Part Number: PX4678408 is to be used in the calibration of Vector Network Analyzers (VNA) at the E/A-18G Airborne Electronic Attack (AEA) Depot at Naval Surface Warfare Center Crane (NSWC-C). The VNAs are used to perform radio frequency/microwave measurements during test and repair of E/A-18G AEA Weapon Repairable Assemblies and Shop Replaceable Assemblies. These ancillary Calibration Standards are in support of the all-weather electronic attack aircraft known as the E/A-18G Growler. Award will be made to the lowest price, technically acceptable quoter. To be considered technically acceptable, all interested vendors must; 1. Demonstrate that the offeror is an authorized Federal Reseller/Distributor of the required PXI System contained within this combined synopsis/solicitation. 2. The Offeror provides an exact match of the part numbers listed in this combined synopsis/solicitation. Inspection and Acceptance is at Origin. The Contractor shall preserve and package all hardware in accordance with best commercial practices for long-term preservation. All unit and exterior container/packs shall as a minimum be marked with the following information: Nomenclature: Serial number: Government contract or purchase order number: Contractor's name and address: National Stock Number: Packaging, Handling, Storage and Transportation: The Contractor shall pack and ship the items using best commercial practices and ship via any approved traceable conventional mode of transportation. This unit will be shipped using best commercial practices for shipping within the continental United States. Requested delivery of the PXI System is 30 business days after contractor receipt of purchase order award. Inspection and Acceptance is to be Origin with delivery FOB Destination. Delivery shall be made to the following address: COMMANDER: NAVAIR CALSTDS (UIC 48535) Attn: Lou Cerrillo Bldg 612, Bay 9 MCAS Beaufort, SC 29904-5002 Phone: 843-524-1405 The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. FAR 52.212-2, Evaluation- Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the lowest price, technically acceptable conforming to this RFQ. FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items - each vendor must submit a completed copy of the listed representations and certifications. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.203-3, 52.203-6, 52.204-10, 52.209-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.239-1, 52.246-15, 52.247-34 FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-13 System for Award Management Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Businesses The following Provisions apply : 52.204-7 System for Award Management 52.219-1 Small Business Program Representations 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding; 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A; 252.204-7006 Billing Instructions 252.204-7008 Compliance with safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003, Item Identification and Valuation 252.215-7008, Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American - Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7021 Trade Agreements 252.225-7036 Buy American Act 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; 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following DFARS Provisions are applicable: 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.215-7007 Notice of Intent to Resolicit 252.225-7010 Commercial Derivative Military Article- Specialty Compliance Metals Certificate 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Buy American- Free Trade Agreement - Balance of Payments Quote must be valid for a minimum of 60 calendar days after close of solicitation. All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. NO hard copies of the solicitation will be mailed. It is the responsibility of the vendor to submit quotes electronically, via email, to the POC at NAWCAD listed by the closing date of 10 September 2016 12:00pm (EST). For information regarding the solicitation please contact the POC below: POC: Desiree Pendleton, (732) 323-2155, email: desiree.pendleton@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-T-0471/listing.html)
 
Record
SN04243278-W 20160828/160826235034-be2b06f55e4db3937396f38ee7e224fb (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 |
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.