Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

59 -- Electrical & Electronic Equipment Components

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017814R4187
 
Archive Date
7/25/2014
 
Point of Contact
Daniel Belcher, Phone: 540-653-9863
 
E-Mail Address
daniel.belcher@navy.mil
(daniel.belcher@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-14-R-4187 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This procurement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, on a sole source basis, Qty. 10 Dual Channel 1553 Interface Boards and Qty. 47 Single Channel 1553 Interface Boards. The current system infrastructure is designed around these proprietary boards manufactured by Data Device Corporation, 105 Wilbur Place, Bohemia, NY. Use of any other board would result in incompatibilities with existing equipment. Quote shall be provided, per the CLIN breakdown, for the equipment listed below: CLIN 0001: Qty. 10 - Dual Channel 1553 Interface Boards, P/N: BU-67106K200R-JL0 CLIN 0002: Qty. 47 - Single Channel 1553 Interface Boards, P/N: BU-67106K100R-JL0 CLIN 0003: Qty. 1 - Shipping Charges for CLINs 0001 & 0002 to NSWC Dahlgren, VA Unit of issue for CLINs 0001 & 0002 shall be ‘EA', CLIN 0003 shall be ‘LOT' Terms shall be FOB Destination: Dahlgren, VA 22448 Delivery 60 days ARO Inspection and Acceptance location: Dahlgren, VA 22448 The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: 1.) Technical Capability of the item offered to meet the Government Requirement 2.) Price Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. The clause at 52.204-2, Security Requirements, applies to this acquisition. One or more of the items under this acquisition is subject to Free Trade Agreements. The following term also applies to this procurement: In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 31 March 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 9 May 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Daniel.belcher@navy.mil or by FAX (540) 653-0592. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 14 March 2014 to allow ample response time before the close of the bidding period. Email or Fax should reference Synopsis/Solicitation Number N00178-14-R-4187 in the subject line. Attachment 1- Justification and Approvals (J&A)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R4187/listing.html)
 
Record
SN03298423-W 20140301/140227234629-b7d5d907ee0693413746068efeab91b1 (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 |
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.