SOLICITATION NOTICE
58 -- TELEMETRY BIT SYNCHRONIZER
- Notice Date
- 12/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412T3022
- Response Due
- 12/21/2011
- Archive Date
- 1/5/2012
- Point of Contact
- Kyong Yu 808-473-7967
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition, 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 on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3022. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 and DFARS Change Notice 20111207. 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 334220 and the Small Business Standard is 750 employees. This acquisition is a 100% Small Business Set-Aside. In addition, the proposed contract action is for supplies for which the Government intends to solicit and negotiate as a BRAND NAME acquisition under the authority of FAR 6.302. The identified manufacturer of the equipment is GDP Space Systems, a division of Delta Information Systems, INC. 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. The NAVSUP Fleet Logistics Center Pearl Harbor, Hawaii requests responses from qualified sources capable of providing the following: ITEM 0001: MULTI-CHANNEL BIT SYNC Quantity = 1, Unit of Issue = Each Multi-Channel Bit Sync (Digital Input)/Best Source Selector, 4 BSS Group Outputs Model Number MD2267B-M16-04 ITEM 0002: EXTENDED BIT RATE Quantity = 1, Unit of Issue = Each Extended Bit Rate to 40 Mbps (All 16 Channels) Model Number OP2267B-01 ITEM 0003: REDUNDANT POWER SUPPLY Quantity = 1, Unit of Issue = Each Model Number OP2267B-50 ITEM 0004: CHASSIS SLIDES Quantity = 1, Unit of Issue = Each Model Number OP2267B-89 ITEM 0005: VIRTUAL INTERFACE REMOTE CONTROL Quantity = 1, Unit of Issue = Each Model Number OP2267B-VI ITEM 0006: SHIPPING Delivery to the Pacific Missile Range Facility (PMRF), Kauai, Hawaii Delivery date shall be April 2, 2012. If the required delivery date cannot be met, an alternate schedule may be considered. Location shall be at the Pacific Missile Range Facility (PMRF), Kauai, Hawaii 96752-0128. Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; Quoters shall include a completed copy of 52.212-3 and all its ALT I with quotes. 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 and its ALT A, Central Contractor Registration; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payments Programs; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III (MAY 2002); DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7000, Buy American Act “ Balance of Payments Program Certificate (Dec 2009); DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.243-9400, Authorized Changes Only by the Contracting Officer; This announcement will close at 4:00 p.m. Hawaii Standard Time on December 21, 2011. Contact Kyong Yu who can be reached at (808) 473-7967 or email kyong.yu@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. All responsible sources may submit a quote which shall be considered by the agency. Method of Payment is by Government Purchase Card. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3022/listing.html)
- Place of Performance
- Address: Pacific Missile Range Facility, BLDG 374
- Zip Code: Nohili Road, Kekaha, Hawaii
- Zip Code: Nohili Road, Kekaha, Hawaii
- Record
- SN02640628-W 20111218/111216234113-22d8d0c3ad47fc4ca58f09db8787d329 (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 |