SOLICITATION NOTICE
70 -- General Purpose Information Technology Equipment
- Notice Date
- 3/23/2018
- 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
- 23MAR18T45ACH
- Response Due
- 4/9/2018
- Archive Date
- 4/30/2018
- Point of Contact
- Mary Munroe 407-380-4288 Tracy Harper, PCO
- Small Business Set-Aside
- N/A
- 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 sole source basis to Aechelon Technology, Inc., 888 Brannan Street Suite 210, San Francisco, CA 94103-4930. 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) 2005-97. The North American Industrial Classification System (NAICS) Code for this solicitation is 334118 with a size standard of 1,000 employees. The procurement includes the following part: CLINNomenclaturePart Number Qty Unit of Issue 0001Switch, 002-0006-010 2 Each 10-Gigabit Ethernet, 48-Port Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34; 60 days after receipt of order (ARO). Shipped To: Naval Air Station (NAS) Kingsville, TX All vendors submitting quotes must be registered in the System for Award Management (SAM), https://www.sam.gov/portal/public/SAM. The FAR provision 52.212-1, Instructions to Offerors “ Commercial apples to this acquisition. The FAR provision 52.212-2, Evaluation “ Commercial Items does not apply to this acquisition. The FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. 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. The FAR clause 52.212-4, Contract Terms and Conditions “ Commercial Items applies to this acquisition. The 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: ƒ FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government Alternate I 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) Reporting Executive Compensation and First-Tier Subcontract Awards 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Systems for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments Quotes are due no later than 2:00 PM Local Time (Orlando) on 09 April 2018. Quotes will only be accepted by e-mail to mary.munroe@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; estimated delivery date after receipt of order; 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 Mary Munroe, Contract Specialist at mary.munroe@navy.mil or 407-380-4288 or Tracy Harper. Procuring Contracting Officer (PCO) at tracy.harper@navy.mil or 407-380-4306.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/23MAR18T45ACH/listing.html)
- Place of Performance
- Address: NAWCTSD
- Zip Code: 12211 Science Drive, Orlando, FL
- Zip Code: 12211 Science Drive, Orlando, FL
- Record
- SN04865576-W 20180325/180323231614-de44a4a7ec5bf7de4e7b945e968f3d13 (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 |