Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

63 -- Portable Surveillance System

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-R0050
 
Archive Date
9/2/2017
 
Point of Contact
Jacob M. Mahan,
 
E-Mail Address
jacob.mahan@navy.mil
(jacob.mahan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number is N63394-17-R-0050 and is issued as a RFQ. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Supplement (DFARS). The associated North American Industrial Classification System (NAICS) code for this procurement is 561621. ***This notice IS NOT a request for competitive proposals*** Inspection and Acceptance will be at destination (NSWC PHD). Contract award is expected on a FOB destination basis. This will be a Commercial Acquisition in accordance with FAR Part 13. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with "Only One Source" under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify their interest and capability to respond to this requirement. This notice of intent is not a request for competitive quotes. However, all quotes with supporting documents received before the closing date of this Request for Quotation (RFQ) will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This procurement is "Proprietary" to Industrial Video & Control is the sole supplier of the following items: Mobile Surveillance Trailer with 900 Watts Solar, P/N: MVT-3001, quantity 1. Axis PTZ Camera, P/N: P5635-E Mk II, quantity 1. Fixed Axis Cameras, P/N: AXIS-P1405-LE-MKII, quantity 2. Mini PC Network Video Recorder, P/N: NUC6-i5-SYH, quantity 1. Quote must be good for a minimum of 60 calendar days after close of this combined solicitation/synopsis. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Company Size 4. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 5. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-17, Ownership or Control of Offeror. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.204-20, Predecessor of Offeror. 52.204-22, Alternative Line Item Proposal. 52.209-2, Prohibition on Contracting with Inverted DomesticCorporations - Representation. 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors. 52.212-3, Offeror Representations and Certifications. 52.212-4, Contract Terms and Conditions. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports. 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-50, Combatting Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. 52.232-36, Payment by Third Party. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.243-1, Changes-Fixed-Price. 52.246-1, Contractor Inspection Requirements. 52.246-16, Responsibility for Supplies. 52.247-34, F.O.B - Destination. 52.252-2, Clauses Incorporated by Reference. 52.252-6, Authorized Deviations in Clauses. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7003, Control of Government Work Product. 252.204-7004 Alt A, System for Award Management. 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Disclosure of Information to Litigation Support Contractors. 252.223-7008, Prohibition of Hexavalent Chromium. 252.225-7001, Buy American and Balance of Payments Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7048, Export Controlled Items. 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. 252.243-7001, Pricing of Contract Modifications. 252.247-7023, Transportation of Supplies by Sea. NAVSEA Clause HQ-G-2-0009 All changes to this requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those Offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC). It is the responsibility of the Offeror to submit quotes to the POC at NSWC PHD by the closing date of 18 August 2017 at 1700 PM PST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-R0050/listing.html)
 
Record
SN04624255-W 20170813/170811231432-e216f81133fb3a3a6958321e78d5cb51 (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.