SOLICITATION NOTICE
59 -- SAS-571 & SAS-574 guided horn antennas
- Notice Date
- 4/28/2020 2:17:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- R4291720RCF2004
- Response Due
- 5/4/2020 12:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Awardee
- null
- Description
- 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. The solicitation number is R4291720RCF2004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-05-04 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following: LI 001: A.H Systems Model: SAS-571 Double Ridge Guide Horn Antenna. Shipping to the Shipping Address should be included in each item listed. Please deliver in stock items by May 30th, 2020, Partial shipments are ok, total order will need to be delivery by June 30th, 2020 if stock is not currently available., 6, EA; LI 002: A.H Systems Model: SAS-574 Double Ridge Guide Horn Antenna. Shipping to the Shipping Address should be included in each item listed. Please deliver in stock items by May 30th, 2020, Partial shipments are ok, total order will need to be delivery by June 30th, 2020 if stock is not currently available.., 6, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Partial shipments allowed. Please deliver in stock items by May 30th, 2020, Partial shipments are ok, total order will need to be delivery by June 30th, 2020 if stock is not currently available. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-13: SAM Maintenance 52.209-6: Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.211-7003 : Item Unique Identification and Valuation 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act & Balance of Payments Program 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 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, exact brand name product requirements, and delivery schedule. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.204-16: Commercial and Government Entity Code Reporting 52.204-18: Commercial and Government Entity Code Maintenance 52.204-21: Basic Safeguarding of Covered Contractor Information Systems 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7016: Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7012: Preference for Certain Domestic Commodities 252.225-7974: ""Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)"" 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations 252.246-7008: Sources of Electronic Parts 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of Contract Claim
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b06471c0dc344622ae118e8700340051/view)
- Place of Performance
- Address: Pearl Harbor, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05638484-F 20200430/200428230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |