Space and Naval Warfare Systems Center, Pacific (SSC Pacific) intends to award a firm
fixed price contract on a sole source basis to Mark Space Incorporated.
The requirement is for the following:
Qty. 4 Mark Space Model 504A-0103, 4 Channel Communication Controller with
Dual
Input Redundant Power Module (Model-Async NOVA) with extended 5 Year
Warranty.
This notice of intent is not a request for quote. A determination by the
government not
to compete based upon responses to this notice is solely at the discretion of
the
government.
Simplified Acquisitions Procedures under FAR Part 13 apply. The applicable
NAICS Code is
334220 and the business size standard is 1,250 employees.
The point of contact for this announcement is Jessica Matias at
Jessica.Matias@navy.mil.
To respond to this announcement, you must be registered to the SPAWAR
e-Commerce
website at https://e-commerce.sscno.nmci.navy.mil and upload your inquiry under
SSC
Pacific/Simplified Acquisitions/N66001-17-T-0132. The response close date30
March
2017 at 0800 PST. Questions by phone or fax will not be considered.
The following are FAR and DFARS provisions, incorporated by reference, apply to
this
solicitation:
52.204-7, System for Award Management;
52.204-16, Commercial and Government Entity Code Reporting;
52.212-1, Instructions to Offerors -- Commercial Items (Tailored information
provided
above);
52.212-2, Evaluation -- Commercial Items (Tailored information provided above);
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(As
registered in SAM);
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications;
252.203-7005, Representation Relating to Compensation of Former DoD Officials;
252.203-7996, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003);
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
252.204-7011, Alternative Line Item Structure;
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations;
252.215-7007, Notice of Intent to Resolicit;
252.215-7008, Only One Offer;
252.225-7000, Buy American--Balance of Payments Program Certificate;
252.225-7020, Trade Agreement Certificate;
252.239-7009, Representation of Use of Cloud Computing;
252.239-7017, Notice of Supply Chain Risk; and,
252.247-7022, Representation of Extent of Transportation by Sea.
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform
Employees of Whistleblower Rights;
52.204-9, Personal Identity Verification of Contractor Personnel;
52.204-21, Basic Safeguarding of Covered Contractor Information Systems,
52.204-18, Commercial and Government Entity Code Maintenance;
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 (Tailored at Award);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors;
52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
52.247-34, F.o.b. Destination;
252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
252.203-7997, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003)
252.204-7000, Disclosure of Information;
252.204-7006, Billing Instructions;
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor
Reported
Cyber Incident Information;
252.204-7012, Safeguarding of Unclassified Controlled Technical Information;
252.204-7015, Disclosure of Information to Litigation Support Contractors;
252.211-7003, Item Unique Identification and Valuation (applies to items over
$5K);
252.211-7008, Use of Government-Assigned Serial Numbers;
252.223-7008, Prohibition of Hexavalent Chromium;
252.225-7001, Buy American and Balance of Payments Program;
252.225-7021, Trade Agreements;
252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments;
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
252.232-7006, Wide Area Work Flow Payment Instructions;
252.232-7010, Levies on Contract Payments;
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;
252.239-7010, Cloud Computing Services
252.239-7018 Supply Chain Risk;
252.244-7000, Subcontracts for Commercial Items;
252.246-7003, Notification of Potential Safety Issues;
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military;
252.247-7023, Transportation of Supplies by Sea; and,
252.247-7022, Representation of Extent of Transportation by Sea.
Point of Contact - Jessica Matias, Contract Specialist, 619-553-4349; Cindy J Ledesma, Contracting Officer, 619-553-9311
Contract Specialist