SOLICITATION NOTICE
61 -- RG 6 CABLE - Justification
- Notice Date
- 10/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335929
— Other Communication and Energy Wire Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002843016620
- Archive Date
- 11/28/2014
- Point of Contact
- Susan M. Madrid, Phone: 951-413-2371, Kathryn Maurais, Phone: 9514132502
- E-Mail Address
-
susan.madrid@dma.mil, kathryn.maurais@dma.mil
(susan.madrid@dma.mil, kathryn.maurais@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Brand Name - see attached justification. a. Solicitation Number HQ002843016620 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-77, effective 14 Oct 2014 and DFARS Change Notice 20141014 c. This procurement is brand name; associated with NAICS Code 335929with a size standard of 1000 and is unrestricted. d. Description: CLIN 0001: RG 6 Cable DESCRIPTION: LOW SMOKE; ELECTRICAL; STRIPING: PLAIN BLACK RG-6 QUADSHIELD; 8-GAUGE BARE COPPER CLAD STEEL; BLACK CROSS LINKED POLYOLEFIN; IMPEDANCE: 75-OHM; NOMINAL CAPACITANCE: 16.5-PF PER FT; NOMINAL PROPAGATION FACTOR: 82-PERCENT; ATTENUATION: 4.3-DB PER 100-FT AT 450-MHZ; 1000-FT CONTINUOUS ROLL(PLUS OR MINUS 5%); W/ TIME MICROWAVE STAMP (RG6 TIMES MICROWAVE, 68999, AA6900) APPROXIMATELY EVERY 7-IN ON CABLE. UNIT PRICE @ $_____________ x 67,000 Feet = $__________________ e. Delivery and acceptance will be made at location: FOB DESTINATION NAVAL AFLOAT MEDIA SYSTEMS WAREHOUSE NAVAL MEDIA CENTER 8345 E. BEECHCRAFT AVE. GAITHERSBURG, MD 20879-5525 NOTE: REQUIRED DELIVERY DATE IS 30 NOV 2014. PLEASE ANNOTATE ON YOUR QUOTE WHETHER THIS DATE CAN BE MET. AWARD WILL BE MADE NLT 17 NOV 2014. f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner 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. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (OCT 2014) 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (A) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 13 NOVEMBER 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Susan Madrid at susan.m.madrid.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002843016620" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae06e51f72cdb0c3eb6ac2c29beab923)
- Place of Performance
- Address: 8345 E. Beechcraft Ave., Gaithersburg, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03560772-W 20141031/141030000653-ae06e51f72cdb0c3eb6ac2c29beab923 (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 |