Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOLICITATION NOTICE

59 -- Fiber Optic Test Equipment

Notice Date
8/29/2024 12:20:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0610
 
Response Due
9/6/2024 11:00:00 AM
 
Archive Date
09/21/2024
 
Point of Contact
Maria Diaz-Sotomayor, ALEXANDER OLARTE
 
E-Mail Address
maria.d.diaz-sotomayor.civ@us.navy.mil, alexander.olarte.civ@us.navy.mil
(maria.d.diaz-sotomayor.civ@us.navy.mil, alexander.olarte.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This procurement is a small business set-aside, Brand Name Requirement for EXFO Inc. products. The North American Industry Classification System (NAICS) Code for this acquisition is 334515; the Small Business Size Standard is 750 employees. Request for Quote (RFQ) Number is N66604-24-Q-0610. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Quantity of two (2) FTB-lv2/FTB-1 Pro platform Modular Mainframe, part#: FTB-1V2-PRO-NRF-Sl-128G-SC-FP430B-UPC-FIPT-400-U25M-FIPT-400-FC�SC-FIPT-400-LC-K-UPC-GP-10-072 in accordance with the attached specification sheet. CLIN 0002: Quantity of two (2) Optical Time Domain Reflectometer (OTDR) Module, part#: FTBX-740C-CW10-OI-EA-EA-EUl-89-IADV-TC-BR101-104 in accordance with the attached specification sheet. CLIN 0003: Quantity of two (2) MxN Matrix Optical Switches, part#: MXS-9102-01-04-B-89 in accordance with the attached specification sheet. Option CLIN 0004: Quantity of three (2)�FTB-lv2/FTB-1 Pro platform Modular Mainframe, part#: FTB-1V2-PRO-NRF-Sl-128G-SC-FP430B-UPC-FIPT-400-U25M-FIPT-400-FC�SC-FIPT-400-LC-K-UPC-GP-10-072 in accordance with the attached specification sheet. �Delivered within one year of contract award. Option CLIN 0005: Quantity of three (2) Optical Time Domain Reflectometer (OTDR) Module, part#: FTBX-740C-CW10-OI-EA-EA-EUl-89-IADV-TC-BR101-104 in accordance with the attached specification sheet. �Delivered within one year of contract award. Option CLIN 0006: Quantity of eighteen (18) MxN Matrix Optical Switches, part#: MXS-9102-01-04-B-89 in accordance with the attached specification sheet. Delivered within one year of contract award. Delivery will be FOB Destination to Newport, RI 02841. Please include any applicable shipping charges in your quote. The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax 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 FAR 52.217-5 Evaluation of Options FAR 52.217-7 Option for Increased Quantity � Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within within 1 year from contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) The following DFARS clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/fa r In order to be determined technically acceptable: (1) the offeror must provide the required supplies in accordance with the above CLIN structure and specifications; (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. (3) Provide proof that all items are shipped from the US, drop shipping is unacceptable; (4) Provide proof that all items configured in house are new products, gray market items will not be accepted; (5) All resellers shall provide proof of original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only; if the Contractor does not deliver new hardware/software or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess reprocurement costs. 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) and contractor CAGE code. Quote shall be valid for 90 days. The quote may be submitted via email to the email address below and must be received on or before 06 September 2024 at 1400 Eastern Time. Offers received after the closing date are late and may not be considered for award. For information on this acquisition contact Maria Diaz-Sotomayor at� maria.d.diaz-sotomayor.ci@us.navy.mil. Attachments: Attachment 1 � Spec Sheet N6660424Q0610 EXFO Attachment 2 � Brand name Justification N6660424Q0610 EXFO Redacted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2289f40e4af14b29973d997fd5a3216f/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN07192444-F 20240831/240829230123 (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.