SOLICITATION NOTICE
R -- Enhanced Warranty for Joint Enroute Mission Planning Rehearsal System (JEMPRS)
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3002
- Response Due
- 10/21/2010
- Archive Date
- 11/5/2010
- Point of Contact
- Nelson Uehara 808-473-7681 Nelson Uehara
- E-Mail Address
-
nelson.uehara@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Enhanced Warranty for Joint Enroute Mission Planning Rehearsal System (JEMPRS) This is a SOLE SOURCE COMBINED SYNOPSIS/SOLICITATION to Mission Mobility, LCC 4600 Village Avenue, Norfolk, Virginia 23502 for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, 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 sole source combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-45 and DFARS Change Notice 20100802. 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 811213 and the Small Business Standard is $7.0 M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (Mission Mobility, LLC) under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center (FISC) Regional Contracting Department requests responses from qualified sources capable of providing Enhanced Warranty for Joint Enroute Mission Planning Rehearsal System (JEMPRS): CLIN 0001, One (1) each “ 1 Year Warranty/Tech Support for SIPR router in tactical kit Serial Number INS3231T-SP-KG250-S54-09-001, Part Number MTS-O3-1Y 24/7 CLIN 0002, One (1) each “ 1 Year Warranty/Tech Support for SIPR router in tactical kit Serial Number RSU 3231T-SP-48V-09-001, Part Number MTS-O3-1Y 24/7 CLIN 0003, Three (3) each “ 1 Labor for on-site preventive maintenance CLIN 0004, Three (3) each “ Travel and Per Diem, Cost Reimbursable; for on-site preventive maintenance CLIN 0005, One (1) each “ 1 Year Tech Support on GATEWAY, Part Number MTS-02-1Y 24/7 The Period of Performance is from 17 November 2010 to 16 November 2011. The location of JEMPRS equipment is in the Communications Systems Directorate (J6), Information Technology Services Division (J64), at Headquarters, US Pacific Command (HQ USPACOM), Camp Smith, Hawaii 96861. See the Performance Work Statement for the Requirements. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close at Thursday, 21 October 2010 on 1400 hours, Hawaii Standard Time. Contact Mr. Nelson Uehara who can be reached at 808-473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on lowest price, technically acceptable. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3002/listing.html)
- Record
- SN02310909-W 20101016/101014233807-c38ae9c3fbe630bdb6d39a15ef1259a2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |