This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business
Concerns will be accepted by the Government. Any quote that is submitted by a
contractor that is not a Small Business will not be considered for award.
Competitive quotes are being requested under N66001-15-T-7810. This
requirement is set-aside for small businesses, NAICS code is 334220 and the
size standard is 750 employees.
"Quotes will be Evaluated on an All or None Basis."
Line Item 0001:
40 GHz Pre-Amplified Transmitter
In accordance with the attached specifications
Qty: 1 Each
Line Item 0002:
40 GHz Post-Amplified Receiver
In accordance with the attached specifications
Qty: 1 Each
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per DFARS 252-211-7003, Item Unique Identification & Valuation. If
there is a cost for the UID Label, please list it as a separate line item.
"The statement below applies to CLINs 0001 -0002
To be considered for award, the offeror certifies that the product(s) being
offered is an original, new and Trade Agreements Act (TAA) compliant product,
and that the subject products are eligible for all manufacturer warranties and
other ancillary services or options provided by the manufacturer. Offeror
further
certifies that it is authorized by the manufacturer to sell the products that
are
the subject of this action in the US (i.e., that the products are TAA compliant
and that the offeror is authorized to sell them in the US). Offerors are
required
to submit documentation with the offer identifying its supply chain for the
product, and certifying that all products are new, TAA compliant, and in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of the non-compliant awarded items if, upon inspection after
delivery, any products provided are not recognized or acknowledged by the
manufacturer as new and original products that are eligible for warranties and
all other ancillary services or options provided by the manufacturer or that
offeror was not authorized by the manufacturer to sell the product in the US,
or
that the product is in some manner not TAA compliant. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. Requested delivery date: 30 Days or sooner ARO
e. RFQ Number N66001-15-T-7810
f. Preferred method of shipment: F.O.B. Destination
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Department
4297 Pacific Highway, Bldg. OT7
San Diego, CA 92110-5000
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest priced, technically
acceptable
quote.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-80 (02/09/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), February 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-15, Energy Efficiency In Energy-Consuming Products
52.223-16, Acquisition of EPEAT-Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award
Management
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7005, Representation Relating to Compensation of Former DoD
Officials
252.203-7998, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements-Representation (Deviation 2015-O0010)
252.203-7999, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements (Deviation 2015-O0010)
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid
Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.211-7003, Item Unique Identification and Valuation
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes April 8, 2015 at 10:00AM, Pacific Standard Time (PST). Quotes
must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-15-T-7810.
The point of contact for this solicitation is Gina Goodman at
gina.goodman@navy.mil. Please include RFQ N66001-15-T-7810 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; BELINDA SANTOS, Contracting Officer, 619-553-4502
Contract Specialist