Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
MODIFICATION

63 -- Micro-electromechanical Systems (MEMS) Inertial Measurement Units (IMUs), (MEMS IMUs)

Notice Date
8/12/2019
 
Notice Type
Modification
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6752
 
Response Due
8/15/2019
 
Archive Date
9/14/2019
 
Point of Contact
Point of Contact - Ryan S Conrad, Contract Specialist, 6195535585; Israel Alvarado, Contracting Officer, 619-553-7204
 
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 only the 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- 6752. For information regarding this solicitation, contact Ryan Conrad by phone at 619-553-5585 or by e-mail at Ryan.S.Conrad@navy.mil. Please use the subject line "N66001-19-Q-6752" on your e- mail messages. Questions and quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q- 6752. E-mail quotes or offers may not be accepted. For e-Commerce technical issues, contact the NAVWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. NIWC Pacific is issuing this solicitation, N66001-19-Q-6752, as a request for quotations (RFQ). THIS IS A BRAND NAME, SBG SYSTEMS, DO NOT SUBSTITUTE REQUIREMENT. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities requested. The Government will not consider offers for partial items or quantities. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. Requirements Description: To award a firm-fixed price (FFP) contract for the following products from authorized distributors of SBG Systems products: -Three (3) Ekinox2-D IMU: EKINOX-D-G4A2-G1SB-V3 -Three (3) Ethernet/CAN/serial cable (3-meter): CA-AEK-MAIN-RS232-3M -Three (3) Auxiliary serial cable (3-meter): CA-AEK-AUX-3M -Three (3) Power cable (3-meter): CA-AEK-PWR-3M -Six (6) GPS cable with TNC connectors (3-meter): CA-TNC-MM-RG223-3M -Six (6) Septentrio L1/L2/L5, GPS, GLONASS, GALILEO, BeiDou antennas: ANT-SEP- POLANT-MC -Three (3) Ekinox case: CASE-EKI-02 Quotes must contain all required items in line item sequence. See Attachment 1 for the schedule of required items. Delivery Date: 2 weeks or sooner ARO Shipping Method: Free On Board (FOB) Destination Shipping Address for Delivery and Acceptance: The contractor must deliver the required items FOB destination to NAVAL INFORMATION WARFARE CENTER PACIFIC, ATTN: Randall Plate, Code 56490, 4297 PACIFIC HWY, BLDG OT7, SAN DIEGO, CA 92110 two weeks after receipt of order. The Government will accept the items at destination. Quoter must provide at time of submission of quote their authorized distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that distributor, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award. 1. The provision at FAR 52.212-1, Instructions to OfferorsCommercial Items (Deviation 2018-O0018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety. Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERSCOMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The applicable NAICS code is 334515. The small business size standard is 750 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. You may submit your quotation on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, you must submit product samples at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, you must submit these samples at no expense to the Government. We will return product samples at your request and expense, unless they are destroyed during testing. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation that you submit will be evaluated separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation to the Government office designated in the solicitation by the date and time specified in the solicitation (submission deadline). If we did not specify a time elsewhere in this solicitation, then the submission deadline is 4:30 p.m., local time, on the date that quotations are due. (2) We will consider your quotation if we receive it at the Government office designated in the solicitation by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) An emergency or unanticipated event may interrupt our normal processes so that we cannot receive your quotation prior to the submission deadline. In these circumstances, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first work day on which our normal processes resume. (g) Issuance of purchase order. Your quotation should contain your best technical and price terms. We may reject any or all quotations. We may issue a purchase order to a quoter other than the quoter with the lowest priced quotation. We may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro- purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) Addendum to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Factor I Technical Acceptability: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the quoter is required to certify that the product being offered are original, new SBG products. The Government will only accept the required brand name product as specified in Attachment 2 (Brand Name Justification). 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 quote rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. (End of addendum) 2. Basis for Award: The Government will select the quote that is most advantageous to the Government, price and non-price factors considered See Addendum to FAR 52.212-2. 3. You must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (Oct 2018)Alternate I (Oct 2014), with your quotation. 4. The following provisions are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7021, Trade AgreementsBasic (Dec 2017) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 5. The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018), applies to this acquisition. Addenda are not attached. 6. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (Oct 2018), applies to this acquisition. The following clauses cited in the clause are incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) As stated above, the Point of Contact (POC) for this solicitation is Mr. Ryan Conrad at Ryan.S.Conrad@navy.mil. Please include RFQ # N66001-19-Q-6752 on all inquiries. This RFQ closes on 14 August 2019 by no later than 12:00 PM, Pacific Standard Time. 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-6752. Quotes received after this due date, may be deemed unacceptable, 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 quoters shall have a registered DUNS number and CAGE Code. As of 12 August 2019: This combined synopsis/solicitation has been amended to include the Attachment 3, the redacted brand name Justification for Non-Competitive Procurement (JNCP); no other amendments or other changes have been made to this combined synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-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/d096bfa17d2ef9658368824a806e1ed5)
 
Record
SN05402152-F 20190814/190812230052 (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.