SOLICITATION NOTICE
59 -- TRIMBLE FORCE GPS RECEIVER CARDS
- Notice Date
- 3/21/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152
- Solicitation Number
- N66001-19-Q-6111
- Response Due
- 3/28/2019
- Archive Date
- 4/27/2019
- Point of Contact
- Point of Contact - Javier B Soria, Contract Specialist, 6195531812; Stephen Enokida, Contracting Officer, 619-553-5764
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-19-Q- 6111. The NAICS code applicable to this acquisition is 334220 and the small business size standard is 1,250 employees. THIS IS A BRAND NAME, DO NOT SUBSTITUTE, TRIMBLE REQUIREMENT. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: CLIN 0001 Trimble Force 524D, Global Positioning System (GPS) Receiver Cards with firmware 0616 MFG: Trimble Military & Advanced Systems, Inc. P/N: 80040-14-U50A QTY: 2 Each NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. Delivery Date: 12 Weeks or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: NIWC PACIFIC Receiving Officer 4297 Pacific Highway, BLDG OT7 San Diego, CA 92110-5000 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Be submitted in electronic PDF or Excel format; and 4. Quote FOB Destination 5. Include the following certification and supply chain information. The certification statement below applies to line item 0001. Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. The technical acceptability shall include the following: Factor I Technical Acceptability: The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that must be met are specified in the item descriptions given above. Offerors shall provide a quote (no page limit) that identifies the Brand Name items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The price quote shall include the following: Factor II Price: The price quote shall include the following: Offerors shall provide a unit price for each brand name item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. The past performance shall include the following: Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Evaluation Factors for Award: Factor I Technical Acceptability: The Government will evaluate the quote to see if the proposed items are either the Brand Name items that meet the salient characteristics provided in the line item descriptions given above. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis for Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a purchase order to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. This RFQ closes on Thursday 28 March 2019 at 12:00 PM, Pacific Standard Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6111. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Javier Soria at javier.b.soria@navy.mil. Please include RFQ# N66001-19-Q-6111 on all inquiries. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code. FAR/DFARS provisions applicable to this solicitation: 52.204-7, System for Award Management (Oct 2016); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-17, Ownership or Control of Offeror (Jul 2016); 52.204-20, Predecessor of Offeror (Jul 2016); 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors Commercial Items (Oct 2018); 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications Commercial Items Alternate I (Oct 2014) 252.203-7005, Representation Relating to Compensation of Former DoD officials (Nov 2011); 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018); FAR/DFARS clauses applicable to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016); 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post-Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 522.222-50, Combating Trafficking in Persons (Jan 2019); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Oct 2018); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.232-1, Disputes (May 2014); 52.233-3, Protest after Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); 252.223-7003, Prohibition of Hexavalent Chromium (Jun 2013); 252.232-7006, Wide Area Workflow Payment Instructions, (Dec 2018); 252.232-7010, Levies on Contract Payments, (Dec 2006); 252.244-7000, Subcontracts for Commercial Items, (Jun 2013); 252.246-7008, Sources of Electronic Parts (May 2018); 252.242-7023, Transportation of Supplies by SeaBasic, (Apr 2014); NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/663de794982c2b6e709410561440b374)
- Place of Performance
- Address: NIWC Pacific San Diego, CA
- Zip Code: 92152
- Country: USA
- Zip Code: 92152
- Record
- SN05257186-F 20190323/190321230052 (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 |