SOLICITATION NOTICE
58 -- RF Cell Phone Locker and Support Stand
- Notice Date
- 8/15/2024 9:08:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0581
- Response Due
- 8/22/2024 8:00:00 AM
- Archive Date
- 09/06/2024
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660424Q0581. This requirement is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 334290. �The Small Business Size Standard is 800 employees. The Product Supply Code (PSC) is 5810. This requirement is for RF Cell Phone Locker and support stand , and shipping FOB Destination to Williamsburg, VA� 23185. �Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, for the brand name or equal items listed below:� CLIN 0001 ���� RF Cell Phone Locker ����������������������� Minimum Specifications: - RF Shielded locker system with 20 cell phone compartments and 4 tablet compartments - Cell phone compartment size: 6.5"" wide x 5"" tall x 8"" deep - Tablet compartment size 13"" wide x 5"" tall x 8"" deep - Designed to block WiFi, Cell, Bluetooth, and other signals. - Average 80dB attenuation from 10MHz to 5Ghz. - Each compartment individually shielded with TitanRF� Gasket Seal system - SurfaceShield Locking System, a unique locking system using surface mounted combination locks, gaskets and hardware to ensure the world's best RF shielding. - Each compartment locked with combination lock, 2 master keys provided to open locker -39� tall x 28� wide x 9� deep Part No. MDFL-24 Qty 1 CLIN 0002����� Support Stand ����������������������� Part No. CT-200042 ����������������������� Qty 1 CLIN 0003����� Shipping FOB Destination Williamsburg, VA� 23185 Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM. F.O.B. Destination, Williamsburg, VA� 23185. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment�; FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.�; FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.�; FAR 52.212-1, �Instructions to Offerors � Commercial Items.�; FAR 52.212-2, �Evaluation � Commercial Items.�; FAR 52.212-3 (ALT 1), �Offeror Representations and Certifications � Commercial Items.�; FAR 52.212-4, �Contract Terms and Conditions � Commercial Items.""; FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items.�; DFARS 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.�; DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.�; DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.�; DFARS 252.204-7019, �NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.204-7020, �NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: 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 via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable the offeror shall: Quote the Brand Name or equal to specifications specified in their required quantities. The offeror shall submit detailed specs with quote; New material. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Thursday, 22 August 2024. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0b7e9ec5f96428e937e44c0411788ea/view)
- Place of Performance
- Address: Williamsburg, VA 23185, USA
- Zip Code: 23185
- Country: USA
- Zip Code: 23185
- Record
- SN07172508-F 20240817/240815230123 (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 |