Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

58 -- One each 16x16 Video Matrix, One each Video Matrix Digital Input card, one each Video Matrix Digital Sealed Output card and one each Video Matrix Digital Dual Input card

Notice Date
4/6/2023 3:59:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-23-R-0087
 
Response Due
4/10/2023 7:00:00 AM
 
Archive Date
05/17/2023
 
Point of Contact
Otis Nattiel, Phone: 407-380-4516
 
E-Mail Address
otis.m.nattiel.civ@us.navy.mil
(otis.m.nattiel.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order with a small business set-aside via a sole source. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� All information shall be furnished at no cost or obligation. The failure of a contractor to provide information sufficient to determine conformance and capability to meet the Government�s requirement will result in a determination of non-capability. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government.Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order with a small business set-aside via a sole source. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� All information shall be furnished at no cost or obligation. The failure of a contractor to provide information sufficient to determine conformance and capability to meet the Government�s requirement will result in a determination of non-capability. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government. This announcement constitutes the only solicitation; this is a request for non-competitive quotes and a written solicitation will be issued. Synopsis N61340-23-R-0087 is issued to notify industry of the Government's intent to procure the subject supplies. The synopsis incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov inclusive, but not limited to, Federal Acquisition Circular (FAC) 2023-02 published on 16 March 2023. The associated North American Classification System (NAICS) code is 334310: Audio and Video Equipment Manufacturing. This procurement is being solicited as a sole source. This procurement is to purchase: CLIN 0001: One (1) each 16x16 Video Matrix, Part # LX18. CLIN 0002: One (1) each, Video Matrix Digital Input Card, Part #LX18 DI. CLIN 0003: One (1) each, Video Matrix Digital Sealed Output Card, Part #LX18 SK. CLIN 0004: One (1) each, Video Matrix Digital Dual Input Card, Part #LX18 XI. Interested sources submitting a quote shall ensure compliance with the FAR Provisions discussed for this sole source procurement.�� Delivery date for CLINS 0001-0004: FOB Destination to: NAWCTSD 12211 Science Drive Orlando, Florida 32826-3224 POC: Willie Bert The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.202-1 Definitions (Jun 2020) 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (Aug 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-1 Instructions to Offerors � Commercial Items (Jun 2020) 52.212-3 Alternate 1, Offeror Representations and Certifications � Commercial Items (Oct 2014) 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Deviation 2018-O0021) (Sep 2018) 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) (Nov 2020) 52.219-28 Post-Award Small Business Program Representation (Nov 2020) 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies- (Dec 2022) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.225-18 Place of Manufacture (Aug 2018) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-1 Disputes (May 2014) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes � Fixed Price (Aug 1987) 52.246-2 Inspection of Supplies � Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 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 (Dec 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2020) 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) 252.225-7048 Export Controlled Items (June 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) 252.244-7000 Subcontracts for Commercial Items (Oct 2020) No financing will be provided for the resulting award. All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at www.acquisition.gov. This notice of intent is a request for proposals. Any questions shall be submitted to Mr. Otis Nattiel at otis.m.nattiel.civ@us.navy.mil responses shall reference N61340-23-R-0087 on both the email and all enclosed documents. Responses to this notice are requested to be provided no later than 10:00 AM EST 10 April 2023.� A determination by the Government to open the requirement to competition is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/afc689b01a564ad68bebff517cb71e07/view)
 
Place of Performance
Address: Alameda, CA 94501, USA
Zip Code: 94501
Country: USA
 
Record
SN06643278-F 20230408/230406230120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.