Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2015 FBO #4981
SOLICITATION NOTICE

58 -- Satellite Terminal and Training - Statement Of Work

Notice Date
7/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-15-T-0126
 
Archive Date
8/4/2015
 
Point of Contact
Jose Gil, Phone: 3156458697
 
E-Mail Address
jose.a.gil@usmc.mil
(jose.a.gil@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Coversheet. Statement Of Work. 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 procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business concerns will be accepted by the Government. The NAICS code is 334220, the size standard is 750, FSC code is 5820. Any quote that is submitted by a contractor that is not a small business concern and/or does not meet the size standard shall not be considered for award. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-15-T-0126 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and Defense Federal Acquisition Supplement Publication Number (DPN) 20150626. The Government is soliciting quotes for the purchase of Satellite Terminal with training. The Government intends on issuing an order to the quoter that is lowest priced technically acceptable. This is a "Brand Name" or "Equal" procurement. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "Equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'Equal' items. Therefore, if "Equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Failure to provide the technical specifications for the "Equal" item(s) or the required coversheet will result in your quote being considered non-responsive by the Government. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered NLT 30 days After Receipt of Order (ARO). The Government is requesting F.O.B. Destination shipping, which means that all shipping costs should be inclusive of the total quoted amount. Delivery shall be made to: Delivery point from quotes within CONUS: SW3225 XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Please see the below for the requirement's details: CLIN0001: PORTABLE SATELLITE TERMINAL REFERENCED MFR: ROCKWELL COLLINS REFERENCED PART#: CTT120 OR EQUAL -Antenna Terminal shall have the following: -Transceiver Ka & Ku band -Transceiver X 60W - Feed Arm Mounted -Transport Case (Qty: 002EA) -Spectrum Analyzer -Case shall be sealed to keep out sand, dust, and liquids. -Shall not require tools to put together -Shall have the capability to be operated by a single person. Qty: 001 EA CLIN0002: TRAINING -In accordance with the attached Statement Of Work (SOW) Qty: 001 EA The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.203-7000 Requirement Relating to Compensation of Former DOD Officials (Sep 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistle Blower Rights (Sep 2013), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Radio Frequency Identification (Sep 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jan 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management( Jul 2013), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996) and DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dec 2013) Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (May 2013) Wide Area Work Flow Payment Instructions. Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to jose.a.gil@usmc.mil NLT 1800 EST on 16 Jul 2015. Quoters shall submit their response to this RFQ via email to jose.a.gil@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 20 Jul 2015. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0126/listing.html)
 
Place of Performance
Address: Okinawa, Japan, United States
 
Record
SN03793802-W 20150714/150712233345-f7dc1d99daa1258f2c9ef6c1fc0bf6ca (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.