Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

70 -- Curtiss–Wright GLX4000 144–port switch base unit; Curtiss–RT4000 Retimed Port Card; 1000BASE–LX long–wavelength SFP Transceiver module; 1000BASE–LX SFP transceiver module for MMP; 100BASE–FX SFP trans

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1333 Isaac Hull Ave SE, Washington, DC 20374
 
ZIP Code
20374
 
Solicitation Number
N0002417P5169
 
Response Due
2/23/2017
 
Archive Date
8/22/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is N0002417P5169 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-02-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dahlgren, VA 22448 The NAVSEA - HQ requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Curtiss-Wright GLX4000 144-port switch base unit; P/N FHS5 “00000000 “00;Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 2, EA; LI 002: Curtiss-Wright RT4000 Retimed Port Card; P/N: FHSZ “GLX00000 “RT; Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 6, EA; LI 003: 1000BASE-LX long-wavelength SFP transceiver module; P/N: AHPRPLTRANS#26A1; Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 150, EA; LI 004: 1000BASE-LX SFP transceiver module for MMF; P/N: AHPRPLTRANS#27A1; Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 30, EA; LI 005: 100BASE-FX SFP transceiver module; P/N: AHPRPLTRANS#28A1; Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 25, EA; LI 006: 1000Base-SX SFP transceiver module; P/N: AHPRPLTRANS#24A1; Warranty Length Requested: 12 months; MANUFACTURER: CURTISS “WRIGHT, 50, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Provision - Authorized Resellers or Partnership Documentation: The Vendor shall submit documentation of their respective partnership as an authorized reseller with the OEM. Seller shall provide this documentation as an attachment to their response to this solicitation. If no documentation is provided, the vendor will not be considered in the competitive range. Seller must Provide OEM Partnership or Authorized Re-seller documentation as required by the "Buy Terms" of this solicitation. Commercial and Government Entity Code Reporting Commercial and Government Entity Code Maintenance Prohibition on Contracting with Inverted Domestic Corporations “Representation Information Regarding Responsibility Matters Contract Terms and Condition “Commercial Items Buy American Certificate Providing Accelerated Payments to Small Business Subcontractors Service of Protest Protest After Award Applicable Law for Breach of Contract Claim Agency Office of the Inspector General Representation Relating to Former DoD Official Compliances with Safeguarding Covered Defense Information Controls OCT 2016 Alternative Line Item Structure SEP 20011 Limitations on the use or Disclosure of Information by Litigation Support Offerors Item Unique Identification and Valuation Restriction on Acquisition of Specialty Metails MAY 2013 Representation of Extent of Transportation of Supplies By Sea Aug 1992 The Vendor shall submit documentation of their respective partnership as an authorized reseller with the OEM. Seller shall provide this documentation as an attachment to their response to this solicitation. If no documentation is provided, the vendor will not be considered within the competitive range.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002417P5169/listing.html)
 
Place of Performance
Address: Dahlgren, VA 22448
Zip Code: 22448
 
Record
SN04406382-W 20170218/170216235643-b8a3e7167cf5f59d4623cb4a5c06bdfb (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  © 1994-2020, Loren Data Corp.