Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

70 -- Extron CrossPoint 84 Matrix Switches and Associated Equipment

Notice Date
8/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915Q2622
 
Response Due
8/31/2015
 
Archive Date
9/15/2015
 
Point of Contact
Joseph Maier 215-697-4704 Ship to POC: George Horne 757-203-4488
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.1, 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 (https://www.neco.navy.mil/). The RFQ number is H91269-5182-A430. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83and DFARS Publication Notice 20150626. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334614 and the Small Business Standard is 750 employees. This is a name brand solicitation. The small business set aside has been dissolved for this action, allowing for unrestricted competitive bidding. The Small Business Office concurs with the set-aside decision. The manufacturer and authorized federal resellers are invited to bid. The Fleet Logistics Center, Norfolk, Philadelphia office requests responses from qualified sources capable of providing: Extron CrossPoint 84 A/V Matrix switches and associated equipment, in 1 Lot (Package, in the order) consisting of: QtyUIItem Desc.Part Number 2EADTP CrossPoint 84 IPCP SA60-1368-12 2EATLP Pro 1020M Blk60-1392-02 2EARM 1000m70-886-01 3EAXTP PI 10060-1233-01 Delivery is 60 days from Contract Award; Delivery Location is C4AD 116 Lake View Parkway, Suffolk, VA 23435 Attn: George Horne. 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: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 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 8,22,25,26,27,28,40,41,42,50. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-1 Small Business Program Representations 52.222-36 Affirmative Action for Workers with Disabilities 52.225-25 Prohibition on Contracting with Entities Engagin in Certain Activities or Transactions Relating to Iran “ Representation and Certifications 52.239-1 Privacy or Security Safeguards 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation (Deviation 2015-O0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 System for Award Management (Alternate A) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation 252-223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252-237-7018 Supply Chain Risk 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea This announcement will close at 16:30 on 25 AUG 2015. Contact Joseph Maier who can be reached at _215-697-4704____ or email joseph.e.maier@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, if received timely, shall be considered by the agency. When evaluation factors are used include: Procedures in FAR 13.106 are applicable to this procurement. The contract will be awarded to the lowest cost, technically acceptable, responsible bidder. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.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 ******** ƒ The proposed contract action is for a brand name only. The brand name is Extron. The model numbers of the product(s) are: Item #DescriptionQuantity 60-1368-12DTP CrossPoint 84 IPCP SA2 60-1392-02TLP Pro 1020M Blk2 70-886-01RM 1000M2 60-1233-01XTP PI 1003 In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. For EIT requirements include the following language unless an exception applies: This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915Q2622/listing.html)
 
Place of Performance
Address: C4AD, Attn: George Horne, 116B Lake View Parkway, Suffolk, VA
Zip Code: 23435
 
Record
SN03846596-W 20150821/150820000411-0a655df1b42d6267d9834b87ed2d6f51 (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.