Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SOLICITATION NOTICE

58 -- Portable Two-Way Radios and Accessories

Notice Date
9/18/2020 12:18:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4080
 
Response Due
9/23/2020 12:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
Ryan Kanda 808-473-7582
 
E-Mail Address
ryan.kanda@navy.mil
(ryan.kanda@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to NECO (https://www.neco.navy.mil/) and beta.SAM (https://beta.sam.gov/). The RFQ number is N0060420Q4080. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08 and DFARS Publication Notice 20200831. 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: https://www.acquisition.gov/far/, and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334220 and the Small Business Standard is 1,250 employees. This is a brand name only, small business set-aside, competitive requirement; the Small Business Office concurs with this acquisition strategy. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing portable two-way radios and accessories in accordance with the attached Supply List, in support of Port Operations, Commander Navy Region Hawaii (CNRH). CLIN 0001, PORTABLE TWO-WAY RADIOS AND ACCESSORIES, Qty: 1, Unit of Measure: Group Delivery is 60 Days after Award of Contract; Delivery Location is Joint Base Pearl Harbor-Hickam (JBPHH) Port Operations, JBPHH, HI 96860. Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. See Attachments: 1. Supply List 2. Brand Name Only Justification (REDACTED) 3. FAR 52.212-3 and Alt I, Offeror Representations and Certifications � Commercial Items and FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1, Dev. Instructions to Offerors�Commercial Items (Deviation 2018-O0018) 52.212-3, Alt I Offeror Representations and Certifications�Commercial Items and Alternate I 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 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 52.219-6 Dev. Notice of Total Small Business Set-Aside (Deviation 2020-O0008) 52.219-33 Dev. Non-Manufacturer Rule (Deviation 2020-O0008) 52.222-19 Dev. Child Labor�Cooperation with Authorities and Remedies (Deviation 2020-O0019) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program�Basic 252.225-7012 Preference for Certain Domestic Commodities 252.225-7972 Dev. Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (Deviation 2020-O0015) 252.225-7973 Dev. Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (Deviation 2020-O0015) 252.225-7974 Dev. Prohibition on Contracting with Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005) 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 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea�Basic REQUIRED SUBMISSIONS: 1. Company Quote. All quotes shall include a price for each item listed in this Notice, a Point of Contact (name and phone number), CAGE code, DUNS, business size, and payment terms. Quotes shall not exceed five (5) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate that the Quoter takes no exception to the Supply List or Incidental Work Statement requirements. 2. Completed FAR 52.212-3 Alt I (or statement affirming no changes to Reps and Certs available at the System for Award Management, www.sam.gov.). 3. Completed FAR 52.204-24 (or statement affirming your company does not utilize covered telecommunications equipment or services). Questions regarding the solicitation shall be submitted electronically to ryan.kanda@navy.mil. Reference RFQ N0060420Q4080. Questions shall be submitted no later than 9/21/2020 at 2:00 PM Hawaii Standard Time (HST). This announcement shall close on 9/23/2020 at 2:00 PM Hawaii Standard Time (HST). Quotes shall be submitted electronically to ryan.kanda@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of Responsibility and the Lowest Price Technically Acceptable (LPTA) quote. Responsibility: Responsibility shall be determined by the Contracting Officer in accordance with FAR 9.1; the Government may utilize database repositories to determine that a contractor is responsible. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the Contracting Officer may use historical data, independent Government estimates, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: Technical Acceptability shall be evaluated against the requirements in the Supply List and Incidental Work Statement. Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. Issuance of a purchase order: the Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter�s initial quotation should contain the Quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter�s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca6323b888584330b2d68573a9788b6e/view)
 
Place of Performance
Address: Port Operations, Commander Navy Region Hawaii, JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05803714-F 20200920/200918230206 (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.