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. Competitive quotes are being requested under
N660018Q6224. This
requirement is set-aside for small businesses NAICS code is 335999 and FSC:
5996.
ITEM 0001. CONNECTOR, TYPE N FEMALE POSITIVE STOP FOR 7/8 IN AL5-50 AND
AVA5 CABLE
MFR: ANDREW (COMMSCOPE) OR EQUIVALENT P/N: AL5NF-PSA
QTY: 16 EA
ITEM 0002. JUNCTION BOX, WALL MOUNT, 24 X 16 X 8", NEMA 4X, STAINLESS
TYPE 304
MFR: HOFFMAN OR EQUIVALENT P/N: A24H1608SSLP
QTY: 3 EA
ITEM 0003. STUD ANCHOR FOR CONCRETE, 316 STAINLESS STEEL, 3/8"
DIAMETER, 3" LONG
MFR: MCMASTER CARR OR EQUIVALENT
P/N: 97799A205
QTY: 25 EA
ITEM 0004. STUD ANCHOR FOR CONCRETE, 316 STAINLESS STEEL, 1/2"
DIAMETER, 3-3/4" LONG
MFR: MCMASTER CARR OR EQUIVALENT P/N: 97799A301
QTY: 8 EA
ITEM 0005. MASONRY DRILL BIT, LONG-LIFE FOR HAMMER DRILLS, 3/8" SIZE, 6"
OVERALL LENGTH
MFR: MCMASTER CARR OR EQUIVALENT P/N: 2899A31
QTY: 8 EA
ITEM 0006. MASONRY DRILL BIT, LONG-LIFE FOR HAMMER DRILLS, 1/2" SIZE, 6"
OVERALL LENGTH
MFR: MCMASTER CARR OR EQUIVALENT
P/N: 2899A33
QTY: 8 EA
ITEM 0007. COUPLER, DIRECTIONAL FREQUENCY RANGE: 200 - 400 MHZ;
CONNECTOR STYLE: N FEMALE; IMPEDANCE: 50 OHMS; COUPLING: - 3
DB NOM; ISOLATION, E-H PORTS: 30 DB MIN; VSWR, E PORT/H PORT:
1:35:1 MAX./1.25:1 MAX INSERTION LOSS: 0.3 DB MAX (E OR H ARMS)
PHASE/AMPLITUDE BAL: 180 DEGREE + OR - 1 DEGREE /0.3 DB MAX.
CW INPUT: 200W MAX
MFR: MERRIMAC OR EQUIVALENT
P/N: HJ-0.3K
QTY: 6 EA
ITEM 0008. CONNECTOR, ADAPTER COAXIAL CONNECTOR PLUG, 50 OHMS, 3GHZ,
FEMALE TO FEMALE
MFR: TROMPETER OR EQUIVALENT
P/N: J94
QTY: 72
ITEM 0009. CONNECTOR PLUG COAXIAL CONNECTOR; PLUG; IMPEDANCE 50 OHMS
WITH LOCKING SLEEVE; MAXIMUM FREQUENCY 3 GHZ
MFR: TROMPETER
P/N: PL94
QTY: 40 EA
ITEM 0010. PATCH PANEL, INSULATED 24 POSITION PORT, HIGH FREQUENCY, 19 X
5.25"
MFR: TROMPETER OR EQUIVALENT
P/N: JSHI-24
QTY: 3 EA
ITEM 0011. ESTIMATED DOOR TO DOOR SHIPPING VIA COMMERCIAL AIR TO JAPAN (IE
FEDEX, DHL, UPS) U.S. FLEET ACTIVITIES YOKOSUKA SPAWAR BLDG. A-40 1-CHOME
HONCHO, YOKOSUKA-SHI KANAGAWA-KEN, JAPAN 238-0041 ATTN: SHIN OOI,
PHONE: 046-816-8291
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N6600118Q6224
e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping
estimate
must be provided.
f. Indicate delivery lead time after receipt of order.
DELIVERY ADDRESS:
U.S. FLEET ACTIVITIES YOKOSUKA
SPAWAR BLDG A-40
1-CHOME HONCHO, YOKOSUKA-SHI
KANAGAWA-KEN, JAPAN 238-0041
ATTN: SHIN OOI, TEL 046-816-8279
This solicitation document incorporates provisions and clauses in effect
through FAR Parts
Current to: FAC 2005-97, Effective: 06 Nov 2017. DFARS Parts Current to DPN
20180323
(Effective 23 Mar 2018) Edition. 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/:
52.203-18, 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)
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.204-7, System For Award Management (Oct 2016)
52.204-8, Annual Representations And Certifications (Nov 2017)
52.204-10, Reporting Executive Compensation And First-Tier Subcontract Awards
(Oct
2015)
52.204-13, System For Award Management Maintenance (Oct 2016)
52.204-16, Commercial And Government Entity Code Reporting (Jul 2016)
52.204-17, Ownership Or Control Of Offeror (Jul 2016)
52.204-18, Commercial And Government Entity Code Maintenance (Jul 2016)
52.204-19, Incorporation By Reference Of Representations And Certifications
(Dec 2014)
52.204-20, Predecessor Of Offeror (Jul 2016)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note)
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (Nov
2015)
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or
A
Felony Conviction Under Any Federal Law (Feb 2016)
52.211-5, Material Requirements (Aug 2000)
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation 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
52.214-3, Amendments to Invitations for Bids
52.214-4, False Statements and Bids
52.214-5, Submission of Bids
52.214-6, Explanation to Prospective Bidders
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids.
52.219-6, Notice of Total Small Business Set-Aside
52.222-3, Convict LaborE.O. 11755)
52.222-18, Certification Regarding Knowledge Of Child Labor For Listed End
Products
(Mar 2011)
52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity(E.O. 11246)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
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 (Oct 2010) (29
U.S.C. 793).
52.222.37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212)
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals--
Representation
52.224-3, Privacy Training (Jan 2017)
52.225-18, Place Of Manufacture (Mar 2015)
52.225-25, Prohibition On Contracting With Entities Engaging In Certain
Activities Or
Transactions Relating To Iran--Representation And Certifications (Oct 2015)
52.232-23, Assignment Of Claims (May 2014)
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.232-39, Unenforceability Of Unauthorized Obligations (Jun 2013)
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
(Dec
2013)
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
52.244-6, Subcontracts For Commercial Items (Nov 2017)
52.247-29 F.O.B. Origin
52.247-34, F.O.B. Destination (Preferred)
52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998)
52.252-2, Clauses Incorporated By Reference (Feb 1998)
246.870-3, Contractor counterfeit electronic part detection
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (Sep
2013)
252.204-7000, Disclosure of Information
252.204-7003, Control Of Government Personnel Work Product (Apr 1992)
252.204-7004, Alternate A, System for Award Management
252.204-7007, Alternate A, Annual Representations And Certifications (Jan 2015)
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation
Support
(May 2016)
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
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance
Information Retrieval System
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.223-7008, Prohibition Of Hexavalent Chromium (Jun 2013)
252.225-7001, Buy American and Balance of Payments Program
252.225-7048, Export-Controlled Items (Jun 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments (Dec 2006)
252.244-7000, Subcontracts For Commercial Items (Jun 2013)
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance
System
252.246-7008, Sources of Electronic Parts
252.247-7023, Transportation Of Supplies By Sea--Basic (Apr 2014)
This RFQ closes on APRIL 30, 2018 at 10:00 AM, Pacific Daylight Time (PDT).
Quotes uploaded on the SPAWAR e-commerce website at
https://ecommerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/
N6600118Q6224.
The point of contact for this solicitation is Danilo Ibarra at
danilo.ibarra@navy.mil.
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 - DANILO B IBARRA, Contract Specialist, 619-553-1154; Marina A Simmons, Contracting Officer, 619-553-3328
Contract Specialist