SOLICITATION NOTICE
58 -- Non-Linear Junction Detectors (NLJD)
- Notice Date
- 8/16/2022 5:15:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- H9126927588
- Response Due
- 8/23/2022 1:00:00 PM
- Archive Date
- 09/07/2022
- Point of Contact
- Yasmin Mohamed, Phone: 2672315833
- E-Mail Address
-
yasmin.a.mohamed.civ@us.navy.mil
(yasmin.a.mohamed.civ@us.navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services 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.�� The Request for Quotation (RFQ) number for this announcement is N00189-22-Q-Z337.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and the most recent DFARS Publication Notice made effect 20 May 2021.� 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 the following address: https:/www.acquisition.gov/far/.� The NAICS code for this acquisition is 334220 and the corresponding Small Business Size Standard is 1,250 employees.� The proposed contract action is being solicited on a Firm Fixed Price (FFP) basis and awarded to Research Electronics International LLC, 455 Security Drive, Cookeville, TN 38506 USA on a sole source basis pursuant to the authority set forth at FAR Part 13.5 in accordance with 41 U.S.C.1901.� This RFQ is NOT a request for competitive quotes. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source.� Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within five days after date of publication of this synopsis 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 NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) for the procurement of ORION HX Deluxe NLJD. The hand-held ORION HX Deluxe NLJD has interchangeable 2.4 GHz and 900 MHz antenna heads.� The ORION HX Deluxe NLJD detects and helps to locate hidden electronics or eavesdropping devices regardless of whether the electronic device is turned on.� The ORION HX Deluxe NLJD is only manufactured and sold by REI, LLC.� The ORION HX Deluxe NLJD is the only NLJD on the market with the compact form factor and capability to meet the needs of the Joint Staff. � �� This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. It is intended to award a single FFP Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure: CLIN 0001: Product # 72501-0102 Description: FLIR T1020 w/28� Lens, 1024x768, -40�C to +2000�C, w/FLIR Tools+ Qty. 5 each CLIN 0002: Shipping The required delivery date is 90 days after the time of award. The delivery location is 9300 Joint Staff Pentagon, Room 2D827, Washington DC, 20318-9300.� Inspection and acceptance will be performed by the Government at Destination. The clause at�52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this acquisition along with an addenda that includes the following clauses applicable to this procurement: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-5 Certification Regarding Responsibility Matters AUG 2020 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 252.204-7015 Safeguarding Covered Defense Information and Cyber Incident Reporting Notice of authorized Disclosure of Information for Litigation Support DEC 2019 MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services DEC 2019 252.211-7003 Item Unique Identification and Valuation MAR 2022 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.247-7023 252.225-5056 Transportation of Supplies by Sea �Prohibition Regarding Business Operations with the Maduro Regime FEB 2019 MAY 2022 The clause at�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this acquisition and the additional FAR clauses cited in the clause that are applicable to the acquisition are as follows: b(1), b(4), b(8), b(22), b(27), b(28), b(29), b(30), b(32), b(44), b(47), b(51) and b(58) The sole source quoter is advised to include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Products�and�Commercial Services, with its offer. The following representations and certifications also apply and require completion: 52.204-26 Covered Telecommunications Equipment or Services-Representation OCT 2020 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability FEB 2016 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.225-7055 Representation Regarding Business Operations with the Maduro Regime� MAY 2022 The provision at�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this acquisition any addenda to the provision.� Paragraphs (e) and (h) of this FAR 52.212-1 provision do not apply to this acquisition. The provision at�52.212-2, Evaluation-Commercial Products�and�Commercial Services applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision is as follows:�� Award will be made on a sole source basis to Research Electronics International LLC. The time and date for receipt of the sole source quote is 4:00 PM Eastern Standard Time on 23 August 2022. The quote shall be submitted via email to the attention of Yasmin Mohamed at yasmin.a.mohamed.civ@us.navy.mil.�� Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached at 267-231-5833 or email yasmin.a.mohamed.civ@us.navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/159590ae17754394b56752dc3502d7e8/view)
- Place of Performance
- Address: Washington, DC 20318, USA
- Zip Code: 20318
- Country: USA
- Zip Code: 20318
- Record
- SN06429303-F 20220818/220816230126 (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 |