SOLICITATION NOTICE
58 -- Viasat BATS-D PRC-161 Handheld Radio System
- Notice Date
- 3/9/2022 12:39:53 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660422Q0088
- Response Due
- 3/11/2022 11:00:00 AM
- Archive Date
- 09/30/2022
- Point of Contact
- Laina J Ouellette, Phone: 4018321642
- E-Mail Address
-
laina.ouellette@navy.mil
(laina.ouellette@navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued.� This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� Request for Quotation (RFQ) number is N6660422Q0088.� The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the following items: 0001� PRC-161/Handheld Link 16 (HHL-16) - includes the radio, a rechargeable battery, a Link 16 antenna, and a GPS Antenna, and a GPS flex antenna; P/N:� 1264823;� Quantity:� 2 0002� PRC-161 7.0 ah LI-ION Battery; P/N:� 1259283;� Quantity:� 8 0003� Dual Desktop PRC-161 Battery/Radio Charger;� P/N:� 1277433;� Quantity:� 2 0004� AN/PRC-161/BATS-D Hotshoe Ethernet RJ45 Adapter Cable;� P/N:� 1264052;� Quantity:� 4 This requirement will be awarde to Viasat, Inc. on a sole source basis as concurred with by NUWCDIVNPT's Office of Small Business Programs.� The North American Industry Classification Systems (NAICS) Code is 334220; the Small Business Size Standard is 1250 employees.� FOB DESTINATION to Newport, RI 02841-1708. This notice is not a request for competitive quotes.� All responsible sources may submit a capability statement which will be considered by the Government.� A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular.� Th following provisions and clauses apply to this solicitation:� FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services orEquipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal La 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; FAR 52.212-4, 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; and DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Payment will be made via Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Questions and offers must be submitted via electronic submission to Laina J. Ouellette at laina.j.ouellette.civ@us.navy.mil .� The quote must be received on or before Friday, March 11, 2022 at 2:00PM EST.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd068663dd014613bb16a9d04ae958c2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06262224-F 20220311/220309230105 (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 |