SOLICITATION NOTICE
D -- Maintenance for RT-1830 UHF transceiver system
- Notice Date
- 5/8/2020 3:56:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4028
- Response Due
- 5/12/2020 5:00:00 PM
- Archive Date
- 05/27/2020
- Point of Contact
- Troy Wong, Contract Specialist 808-473-7532
- E-Mail Address
-
troy.wong1@navy.mil
(troy.wong1@navy.mil)
- Description
- Amendment No. 1:� The due date has been extended to 14:00 PM (Hawaii Standard Time) on 12 May 2020. All other terms and conditions of the solicitation has remained unchanged. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).� The RFQ number is N0060420Q4028.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-05 and DFARS Publication Notice 20200408.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ ���and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.� The NAICS code is 541511 and the Small Business Standard is $30 Million. This is an other than full and open competition action. The Small Business Office concurs with the set-aside decision. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for quotes. However, quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with 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. The Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 � Base Period, PN 1247419 Viasat Annual Sustainment Support Plan Gold Level, firmware and software patches, up to 75 hours of remote technical support available 24/7; minimum 10% discount off list price for repair, replacement items, and engineering services; 3 day training at the customer site; and all other support, whether specified in the PWS or not, of Viasat�s Gold level support plan. Quantity One (1) Group CLIN 1001 � Option 1, PN 1247419 Viasat Annual Sustainment Support Plan Gold Level, firmware and software patches, up to 75 hours of remote technical support available 24/7; minimum 10% discount off list price for repair, replacement items, and engineering services; 3 day training at the customer site; and all other support, whether specified in the PWS or not, of Viasat�s Gold level support plan. Quantity One (1) Group CLIN 2001 � Option 2, PN 1247419 Viasat Annual Sustainment Support Plan Gold Level, firmware and software patches, up to 75 hours of remote technical support available 24/7; minimum 10% discount off list price for repair, replacement items, and engineering services; 3 day training at the customer site; and all other support, whether specified in the PWS or not, of Viasat�s Gold level support plan. Quantity One (1) Group Period of performance: CLIN 0001 � Base Period: 15 September 2020 to 14 September 2021. CLIN 1001 � Option 1: 15 September 2021 to 14 September 2022. CLIN 2001 � Option 2: 15 September 2022 to 14 September 2023. Place of Performance is NAVAL COMPUTER AND TELECOMMUNICATIONS AREA MASTER STATION PACIFIC, BLDG. 700 ELROD ROAD, CAMP H.M. SMITH, HAWAII 96861-4036, UNITED STATES. Attachment: FAR 52.212-3 (Dec 2019) & Alt I PWS (Performance Work Statement) Redacted Sole Source Justification. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� The following FAR provision and clauses are applicable to this procurement:� 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 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 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial �� �����Items ����������� 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.224-3 Privacy Training 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management ����������� 52.239-1 Privacy or Security Safeguards 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional contract terms and conditions applicable to this procurement are:� 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7015 Disclosure of Information To Litigation Support Contractors 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 252.223-7008 Prohibition of Hexavalent Chromium 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.246-7003 Notification of Potential Safety Issues 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea--Basic This announcement will close at 2:00 p.m. Hawaii Standard Time on 12 May 2020.� Contact Troy Wong who can be reached at 808-473-7532 or email troy.wong1@navy.mil. The deadline for questions shall be 6 May 2020. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Award of a firm fixed price contract will be based on the government�s determination of fair and reasonable pricing and responsibility. 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. This procurement is for Electronic and Information Technology (EIT).� Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B).� For further information see http://www.section508.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd6a0ad02dc14e04af7d1b17c38618f1/view)
- Place of Performance
- Address: Camp H M Smith, HI 96861, USA
- Zip Code: 96861
- Country: USA
- Zip Code: 96861
- Record
- SN05651433-F 20200510/200508230147 (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 |