Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

66 -- Rohde & Schwarz PR200 Systems

Notice Date
9/3/2020 4:42:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920RZ083
 
Response Due
9/9/2020 12:00:00 AM
 
Archive Date
03/08/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0018920RZ083 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-09-09 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The FLC Norfolk - Philadelphia requires the following items, Brand Name Only (Exact Match), to the following: LI 001: PR200 8 GHz configuration with CEPTOR software IAW Equipment List. PR200 portable receiver with: -Firmware options *Panorama Scan *Polychrome *Mapping -Accessories *Spare battery *External battery charger *DC car charger *Carrying holster and chest harness *Pelican case for PR200 and HE400 -HE400 handheld directional antenna handle and elements *HE400HF (8.3 kHz-30 MHz) *HE400VHF (20 MHz-200 MHz) *HE400UWB (30 MHz-6 GHz) *HE400LP (450 MHz-8 GHz) -Basic CEPTOR PC software package for spectrum managers with modules *Search and Observe *Collect Data *Calculate Spectrum Usage (Does not include laptop for CEPTOR software.), 9, EA; LI 002: Warranty - WE4PR200 -Part Number: 3598.2675S05 IAW the Equipment List. Warranty -WE4PR200 Extension of the 1 year standard product warranty to 5 years for PR200: - All repairs and all necessary R&S�, 9, EA; LI 003: HE600 Active Omnidirectional Receiving Antenna with required support accessories IAW the Euipment List - Part Number: 4094.9002.02. Active Omnidirectional Receiving Antenna 20 MHz to 8 GHz N-female Color: Squirrel grey (RAL7000), 9, EA; LI 004: IN600 - Part Number: 4094.3004.11 IAW the Equipment List. Bias unit 8.3 kHz to 8 GHz, one antenna port 100 V to 240 V AC Warranty: 12 months, 9, EA; LI 005: KM011Z9 - Part Number: 4095.0750.02 IAW the Equipment List. Adapter for HE600 on KM011 plug-in mast or HZ-1 tripod Warranty: 12 months, 9, EA; LI 006: HZ-1 - Part Number: 0837.2310.02 IAW the Equipment List. Wooden tripod as antenna mount for EMC measurements with HFH2-Z6, HK116, HL223 and HUF-Z4 Warranty: 12 months, 9, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Philadelphia intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Philadelphia is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is ___334515___ and the Small Business Standard is _750__. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. Gratuities (Apr 1984) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) Security Requirements (August 1996) System for Award Management (Oct 2016) SAM Maintenance (Oct 2016) Commercial and Government Entity Code Reporting (July 2016) CAGE Maintenance (July 2016) Basic Safeguarding of Covered Contractor Information (June 2016) Certification Regarding Responsibility Matters Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) Instructions to Offerors (Oct 2016) Offeror Reps and Certs (Nov 2014) Contract Terms and Conditions--Commercial Items (Jan 2017) Restrictions on Subcontractor Sales to the Gov't (Sept 2006) Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) Utilization of Small Business Concerns (Nov 2016) Small Business Subcontracting Plan (Jan 2017) (Dev 2018-O0013) Liquidated Damages�Subcontracting Plan (Jan 1999) Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) Combating Trafficking in Persons (March 2015) Employment Eligibility Verification (Oct 2015) Payment by Electronic Funds Transfer - SAM (July 2013) Payments to Small Business Subcontractors (Jan 2017) Place of Manufacture (March 2015) Unenforceability of Unauthorized Obligations (June 2013) Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Service of Protest (Sept 2006) Protest After Award (August 1996) FOB Destination (Nov 1991) Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses Incorporated by Reference (Feb 1998) Requirement to Inform Employees of Whistleblower Rights (Sept 2013) Representation Relating to Compensation of Former DoD Officials (Nov 2011) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) Notice of Authorized Disclosure of Information for Litigation Support (May 2016) Subcontracting w/ Firms�Terrorist Country (Oct 2015) Item Identification & Valuation (March 2016) Use of Government-Assigned Serial Numbers (March 2016) Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (March 2018) Notice of Intent to Resolicit (June 2012) Only One Offer (June 2012) Small Business Subcontracting Plan (Dec 2017) Representation Regarding Combating Trafficking in Persons (Jan 2015) Preference for Certain Commodities (Dec 2017) Restriction on Acquisition of Hand or Measuring Tools (June 2005) Export-Controlled Items (June 2013) Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sept 2004) Wide Area Workflow Payment Instructions (May 2013) Levies on Contract Payments Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) Requests for Equitable Adjustment (Dec 2012) Subcontracts for Commercial Items (June 2013)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59b41e2028f14339b118da232e773c44/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05786989-F 20200905/200903230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.