Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

59 -- FOSOV Ground Mobility Vehicle (GMV), switches

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-R-0330
 
Archive Date
8/19/2017
 
Point of Contact
Angela K Slater, Phone: 732-323-4573, Katelyn O'Connor, Phone: 7323235373
 
E-Mail Address
angela.slater@navy.mil, katelyn.oconnor@navy.mil
(angela.slater@navy.mil, katelyn.oconnor@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) This solicitation number N68335-17-R-0330 is issued as a limited competitive request for proposal (RFP) between the Original Equipment Manufacturer (OEM) RLC Electronics and it's authorized distributors. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is open to all business sizes. NAICS is 334220. FSC code is 5985 (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Commercial Off The Shelf (COTS) manual single pole, double-throw (SPDT) P/N SM-2-N coaxial switch QTY 408, CLIN 0002 COTS manual single-pole, five-throw switches (SP5T) P/N SM-5-N coaxial switch QTY 136. This is a brand name only procurement and all only offers for the exact part numbers will be accepted. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 12 weeks after contract award. FOB Destination. Ship unit to: Receiving Officer, NAWCAD Bldg. 8115, 17598 Webster Field Rd., St. Inigoes, MD 20684-40183 M/F: Johnny Trifone; PH: 301-995-6007; Johnny.Trifone@Navy.mil. Inspection and Acceptance at Destination. (viii) FAR 52.212-1 Instructions to Offerors - Commercial Items, is incorporated by reference. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the description of the Part Number from the OEM RLC Electronics. Please include a statement concerning authority to distribute for RLC Electronics. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements: 52.204-13 System for Award Management Maintenance OCT 2016 52.227-1 Authorization and Consent DEC 2007 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals OCT 2014 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.211-7003 Item Unique Identification And Valuation MAR 2016 Additional requirements: Warranty: The Offeror's commercial warranty of at least one year shall apply and should be stated in the offer. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiv) Cost proposal and descriptive literature are due by 3:00 p.m. EST, 04 AUG 2017 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 252AS, Angela Slater, Hwy 547, Bldg. 120 Room 180, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xv) Name and telephone number of individual to contact for information regarding the solicitation: Angela Slater, (732) 664-7713, e-mail: Angela.Slater@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://wwwfbo.g ov. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept electronic proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0330/listing.html)
 
Record
SN04588486-W 20170722/170720235252-7180159099c613493967b63fc039f5a0 (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.