Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
MODIFICATION

70 -- FIELD STRENGTH METER (PROMAX)

Notice Date
2/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ0516811904
 
Archive Date
3/20/2018
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.l.moore.civ@mail.mil
(shevonn.l.moore.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT#1: CHANGING THE QUANTITY FROM 15 TO 14. RESPONSE DATE IS NOW 05 MARCH; 9AMPST. COMBINED SYNOPSIS/SOLICITATION: HQ0516811904 Title: FIELD STRENGTH METER (PROMAX) Description(s): COMBINED SYNOPSIS/SOLICITATION 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued, this is a Brand Name - See the attached Justification and Approval. a. Solicitation Number HQ0516811904 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-96, effective 06 Nov 2017 and DFARS Change Notice 20171228. c. This procurement is a brand name requirement; associated with NAICS Code 334513 with a employee size of 750 and is restricted to Small Business (SB) concerns. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001 - 14EA, P/N: RANGERNEO2ATSC; MFR: PROMAX SYSTEMS, INC; FIELD STRENGTH METERPROMAX RANGERNEO 2 ATSC, PROFESSIONAL TV/SATELLITE FIELD STRENGTH METER AND ANALYZER FOR ATSC; ATSC, DVB-C2/S2, DSS, DOLBY DIGITAL PLUS; SUPER SPECTRUM ANALYZER WITH TRIPLE SPLIT DISPLAY; IPTV ANALYZER; HIGH RESOLUTION FILTERS; TS-ASI INPUT AND OUTPUT; COMMON INTERFACE SLOT; TRANSPORT STREAM ANALYZER, RECORDER AND PLAYER; TOUCH SCREEN; HEVC H.265 DECODING; WIDE BAND LNB COMPATIBILITY; WI-FI ANALYZER; WEB SERVER REMOTE CONTROL; SPECTROGRAM; FIBRE OPTICS AND GPS OPTIONS; MORE THAN 4 HOURS BATTERY TIME; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 14EA = $_______________ TOTAL PRICE FOR THIS QUOTE ____________________ Delivery and acceptance will be made at location: FOB DESTINATION: NAVAL AFLOAT MEDIA SYSTEMS WAREHOUSE NAVAL MEDIA CENTER 8345 E BEECHCRAFT AVE GAITHERSBURG MD 20879-5525 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (Jan 2017) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Nov 2017). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (Jan 2017) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (Nov 2017) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (Nov 2016) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (Oct 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(FEB 2017) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE! The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and sub-items, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. Note! The government WILL NOT ACCEPT items shipped as incomplete unit of issue of an individual contract line item (CLIN). Rejected items will be returned at the contractor's expense. j. PLEASE FOLLOWING INSTRUCTIONS - QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 15 FEBRUARY 2018 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ0516811904 - FIELD STRENGTH METER (PROMAX)" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5d8d8b412a97d302d5a7db51ff3d5d2)
 
Place of Performance
Address: NAVAL AFLOAT MEDIA SYSTEMS, WAREHOUSE NAVAL MEDIA CENTER, 8345 E BEECHCRAFT AVE, GAITHERSBURG, Maryland, 20879-5525, United States
Zip Code: 20879-5525
 
Record
SN04834718-W 20180228/180226231231-c5d8d8b412a97d302d5a7db51ff3d5d2 (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.