SOLICITATION NOTICE
J -- Viasat Modem/Radio Repair Support
- Notice Date
- 11/19/2020 12:58:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-21-Q-0107
- Response Due
- 11/24/2020 2:00:00 PM
- Archive Date
- 12/09/2020
- Point of Contact
- Stephanie A Smyth, Phone: 4018326964, Fax: 4018414820
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-21-Q-0107. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following items, in accordance with Attachment #1 Statement of Work and Attachment #2 Sole Source Justification, to Viasat at 6155 El Camino Road in Carlsbad, CA 92009 on a sole source basis in accordance with FAR 13.106-1(b). All responsible sources may submit a capability statement, complete product information, and pricing which will be considered by the Government. Line Item 0001; Part Number: 1286476; Description: Viasat Onsite Repairs; Quantity: 1 Lot Line Item 0002 Option 1; Part Number: VA-014425-0001; Description: Viasat Offsite Repairs; Quantity: 1 Lot Requirements: This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 811213; the Small Business Size Standard is $12M. The required period of performance is 30 NOV 2020 to 31 MAR 2021; F.O.B. Destination is Newport, RI. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation: 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (see Attachment #3 to be filled out by Offeror) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors Commercial Items 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.233-4,� Applicable Law for Breach of Contract Claim The following DFARS provisions and clauses apply to this solicitation: 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.246-7008, Sources of Electronic Parts The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 exception applies to this procurement as items or services are located in spaces frequented only by service personnel for maintenance, repair, and occasional monitoring of equipment per FAR 39.204(d). The Government�s preferred method of payment is credit card.� If the offeror does not accept Mastercard or a surcharge is applicable, payment may be made through Wide Area Workflow (WAWF).� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more.� If UID applies, payment will be made through WAWF. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. The quotes must be submitted via email to the below address and must be received on or before Tuesday, 24 NOV 2020, 5:00PM EST. Offer received after the closing date are considered to be late and may not be considered for award. For information on this procurement, contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/065a0c5c31644403add68a482d37223c/view)
- Record
- SN05856828-F 20201121/201119230224 (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 |