Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

59 -- Procurement of RF Amplifiers

Notice Date
2/22/2021 9:46:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-21-Q-0078
 
Response Due
2/26/2021 11:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Justin G. Monti, Phone: 4018326788
 
E-Mail Address
justin.g.monti@navy.mil
(justin.g.monti@navy.mil)
 
Description
AMENDMENT 1: The purpose of this amendment is to answer an�industry question as follows: Question 1: Please provide additional information/clarification on the Government's minimum requirement that all items must be shipped from the US. Answer 1: Items shipped directly to NUWCDIVNPT from outside of the US will not be accepted at NUWCDIVNPT. Please also take note of the next technical acceptability requirement, which advises that ""�if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs"". All other terms and conditions remain unchanged. This combined synopsis and solicitation is being posted to the beta SAM page located at https://beta.sam.gov/. It is understood that beta SAM is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis and solicitation will be open for less than thirty (30) days, in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-21-Q-0078. The North American Industry Classification Systems (NAICS) code for this requirement is 334290.� The Small Business Size Standard is 750 employees. �This action is being processed as unrestricted, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and the Small Business Administration Procurement Center Representative (SBA PCR). NUWCDIVNPT intends to purchase the following items on a firm-fixed price, brand name or equal, basis: CLIN 0001: Amplifier, 4KHz-400MHz, 100W; RF Input � Type N female, front panel; RF Output � Type N female, front panel Item No.: 10047767 Model No.: 100A400AM20 Quantity: 4 Each; CLIN 0002: Shipping associated with CLIN 0001 (if applicable and separately priced). Offerors shall quote new condition, brand name or equal items in accordance with Attachment 1 � Salient Features and Minimum Specifications (see also Attachment 2 - MIL-STD-461G for review of relevant sections referenced in Attachment 1). All quotes shall be accompanied by complete technical specifications demonstrating that the products meet all Government minimum requirements and data sheets demonstrating that the proposed amplifiers meet the requirements of Minimum Specifications 2 and 3 in Attachment 1 (contractor format is acceptable and there is no page limitation). Additionally, offerors shall review, complete and submit �Attachment 3 - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� with their offers. F.O.B. Destination, Newport, RI 02841.� Required delivery is seven (7) weeks after receipt of order, or sooner. Offerors shall include shipping charges, if applicable and separately priced, and specify delivery lead times in their quotes. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation: FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.� FAR 52.204-24, �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.� FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.� FAR 52.212-1, �Instructions to Offerors � Commercial Items.� FAR 52.212-2, �Evaluation � Commercial Items.� FAR 52.212-3 (ALT 1), �Offeror Representations and Certifications � Commercial Items.� 5 FAR 2.212-4, �Contract Terms and Conditions � Commercial Items."" FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items.� DFARS 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.� DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.� DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.� DFARS, 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.� DFARS 252.225-7031, �Secondary Arab Boycott of Israel.� DFARS 252.246-7008, �Sources of Electronic Parts.� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. Payment will be via Wide Area Workflow (WAWF).� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (�DPAS�) rating of DO-C9. Section 508: This procurement is exempt from Section 508 contract requirements in accordance with FAR 39.204(d). This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.�� This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.� In order to be determined technically acceptable the offeror shall: (1) Quote the Brand Name items specified, or equal items that meet all of the Salient Features and Minimum Specifications as listed in Attachment 1 of this solicitation, in their required quantities; (2) Provide data sheets demonstrating that the proposed amplifiers meet the requirements of Minimum Specifications 2 and 3 in Attachment 1 (contractor format is acceptable and there is no page limitation);� (3) Meet or exceed the required delivery date; (4) Provide proof that all items are shipped from the US; (5) Provide proof that all items configured in house are new products, gray market items will not be accepted. NOTE: Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, shipping costs (if applicable) and the following additional information with submissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and offeror DUNS. Offers must be submitted via email to Justin G. Monti at justin.g.monti@navy.mil and must be received on or before 2:00 p.m. on 21 January 2021 Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Justin Monti by email: justin.g.monti@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1bc4b793beef45aeac7176e4172664c1/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05923180-F 20210224/210222230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.