Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

J -- Brand Name Air Global GPS Subscription

Notice Date
2/23/2021 10:58:43 AM
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-21-Q-6143
 
Response Due
3/1/2021 11:00:00 PM
 
Archive Date
03/16/2021
 
Point of Contact
Isabella Busalacchi, Contract Specialist, Phone: 6195535493
 
E-Mail Address
isabella.busalacchi@navy.mil
(isabella.busalacchi@navy.mil)
 
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. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-21-Q-6143. The North American Industry Classification System (NAICS) code applicable to this acquisition is 511210 Software Publishers and the small business size standard is $41.5M. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire 12 month OmniSTAR Differential GPS subscriptions. This is a service acquisition. 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. This is a Brand Name requirement. Anticipated contract line items are as follows: Item 0001 Air Global VBS 1 Year Wet MFG: OmniSTAR P/N: 3-0055901 (ZEA355901) Period of Performance: 31 March 2021 � 30 March 2022 QTY: 1 Item 0002 Air Global VBS 1 Year Wet MFG: OmniSTAR P/N: 3-0034248 (ZEA334248) Anticipated Period of Performance: 31 March 2021 � 30 March 2022 QTY: 1 Item 0003 Air Global VBS 1 Year Wet MFG: OmniSTAR P/N: 3-0030429 (ZEA330429) Anticipated Period of Performance: 31 March 2021 � 30 March 2022 QTY: 1 Item 0004 Air Global VBS 1 Year Wet MFG: OmniSTAR P/N: 3-0061747 (ZEA361747) Anticipated Period of Performance: 31 March 2021 � 30 March 2022 QTY: 1 DELIVERY: GPS licenses will be delivered via electronic means. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) quote as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote. 2.Technical Documentation: a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted FLIR Systems, Inc. Thermal Cameras to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to line item 0001-0005 and each quoter must submit supporting documentation, as needed: To be considered for award, the contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable quoter, who is registered in the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Any quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: �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 is an original, new OmniSTAR GPS subscription services. The Government will only accept the required brand name product as specified in Attachment 1 Brand Name Justification. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping location listed above in paragraph 3. DUE DATE AND SUBMISSION INFORMATION Eligible Quoters: All quoters 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 registered CAGE and DUNS Codes. Page Limitations: None. Formatting Requirements: Submit quotes in electronic PDF and or Excel format. Questions Due Date and Submission Requirements: All questions must be received before Thursday 25 February 2021 at 3:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-21-Q- 6143. Include RFQ# N66001-21-Q-6143 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Monday 1 March 2021 at 11:00 AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-21-Q-6143. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The Contract Specialist point of contact for this solicitation is Isabella Busalacchi, at isabella.busalacchi@navy.mil. Reference RFQ# N66001-21-Q-6143 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.Representations and Certifications APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-02 effective 20201123, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20201130. 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 https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2019) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-26, Covered Telecommunications Equipment or Services- Representation (OCT 2020) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation (DEC 2019) 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (DEV 2020-O005) (FEB 2020) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (JUL 2020), applies to this acquisition and in addition to the mandatory clauses therein, includes the following clauses by reference: 52.219-28, Post-Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code (AUG 2020) 52.212-4, Contract Terms and Conditions � Commercial Items (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service (DEC 2019) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration (APR 2020) 252.239-7017, Notice of Supply Chain Risk (FEB 2019) 252.239-7018, Supply Chain Risk (FEB 2019) 252.244-7000, Subcontracts for Commercial Items (OCT 2020) 252.246-7008, Sources of Electronic Parts (MAY 2018 52.222-19 Child Labor�Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019) Use the following clause in all solicitations and contracts for the acquisition of supplies that are expected to exceed the micro-purchase threshold. �When using the clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items, as prescribed in 12.301(b)(4), in lieu of checking the box at paragraph (b)(28) to indicate that FAR clause 52.222-19, Child Labor�Cooperation with Authorities and Remedies, is applicable to the contract and incorporated by reference, insert the following clause in full text. �When using the clause at FAR 52.213-4, Terms and Conditions�Simplified Acquisitions (Other than Commercial Items), as prescribed in 13.302-5(d), in lieu of incorporating by reference when applicable the clause at paragraph (b)(1)(ii), 52.222-19, Child Labor�Cooperation with Authorities and Remedies, insert the following clause in full text in contracts for supplies exceeding the micro-purchase threshold. CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in� (1) Israel, and the anticipated value of the acquisition is $50,000 or more; (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d) Remedies. (1) The Contracting Officer may terminate the contract. (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses). (End of clause) 52.252-6, Authorized Deviations In Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/596eb6323c334e09abdd9ac9a319310d/view)
 
Record
SN05924006-F 20210225/210223230111 (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.