RFQ #N66001-13-T-8448
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 the only solicitation. Competitive quotes are
being requested under N66001-13-T-8448. This requirement is set-aside for
small businesses, NAICS code is 334310 and business size standard is 750
employees.
REQUESTING QUOTATIONS ON THE FOLLOWING BRAND NAME OR EQUAL ITEMS:
Quote FOB Destination
Product
Qty Units Unit Price
Amount
ITEM 0001 HDX 8000 CODEC 1 EA
HDX 8000-720, EAGLEEYE CAMERA, HDX MIC ARRAY, ENG. RMT. CABLES: 2
COMPONENT VIDEO (DVI-RAC), AUDIO (RAARCA), LAN, NA PWR. NTSC, UC
APL/JITC, TAA COMPLIANT. WARRANTY TO BE INCLUDED FOR ONE (1) YEAR
FOR ACCESS TO PLCM SUPPORT CENTER, PARTS REPLACEMENTS AND
SOFTWARE UPDATES.
PART NUMBER: J7200-23150-001
Qty Units Unit Price Amount
ITEM 0002 V.35 MODULE 1 EA
V.35 MODULE FOR HDX SERIES V.35 MODULE FOR HDX SERIES (RS449, RS350
WITH RS366 DIALING). INCLUDES HD68-DB44 ADAPTER AND HDX EXTERNAL
PERIPHERAL INTERFACE BOX. (SERIAL INTERFACE CABLE ORDERED
SEPARATELY).
PART NUMBER: 2215-26696-001
Qty Units Unit
Price Amount
ITEM 0003 RS-530 WITH RS-366 CABLE 1 EA
5 FT
RS-530 WITH RS-366 CABLE, 5 FT RS-530 WITH RS-366 CABLE, 5 FT,
SERIALCABLE, HD-68M TO 'Y' RS530 DB-25M/RS-366 DB-25M
PART NUMBER: 2457-21263-200
Qty Units Unit
Price Amount
ITEM 0004 2RU MOUNTING SHELF FOR 1 EA
HDX 8000
2RU MOUNTING SHELF FOR HDX 8000 SHELF FOR MOUNTING THE HDX 8000,
7000, 6000 SERIES CODECS. THIS IS A BLACK 2U SHELF FOR 19" RACKS
WHICH WILL HOLD THE CODEC IN POSITION WITH A SECURE MOUNTING
SYSTEM. 2U (3.5 INCHES) X 17.5 (WITHOUT EARS, 19 WIDTH) X 14.5 DEEP.
SHELF ONLY
PART NUMBER: 2215-28283-001
Qty Units Unit Price
Amount
ITEM 0005 SHIPPING CHARGE 1 LOT
PLEASE SEE TECHNICAL SPECIFICATIONS ATTACHED.
SHIPPING ADDRESS:
U.S. NAVAL BASE GUAM
SPAWAR BLDG. 4175-B
SANTA RITA, GUAM 96915
To be considered for award, the offeror certifies that the product being
offered
is an original, new, and TAA compliant product, and that the subject products
are eligible for all manufacturer warranties and other ancillary services or
options provided by the manufacturers to sell the product in the U.S. Offerors
are required to submit documentation with the offer identifying its supply
chain
for the product, that all products are new, TAA compliant, and in their
original
packaging. By making an offer, the offeror also consents to cancellation of
award 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 manufacturers or that Offeror was not authorized by the
manufacturer to sell the product in the U.S.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-69 09/3/13) and Defense Federal Acquisition
Regulation Supplement (DFARS), August 8, 2013. It is the responsibility of the
contractor to be familiar with the applicable clauses and provisions. The
clauses
can be accessed in full text at http://acquisition.gov/far/.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract Terms and Conditions Commercial Items, incorporated by reference,
applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror
Representations and Certifications--Commercial Items applies to this
acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999),
52.222-3, Convict Labor (E.O. 11755), 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),
52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations,
and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury), 52.232-33, Payment by Electronic Funds
TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or Executive
OrdersCommercial Items (Deviation) also applies to this acquisition, FAR
Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action
for Workers with Disabilities, 252.209-7998, Representation Regarding
Conviction of a Felony Criminal Violation under any Federal or State Law.
DFARS Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items and DFARS Clause 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisition of Commercial Items (Deviation) apply to this acquisition
and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy
American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O.
10582), 252.232-7003, Electronic Submission of Payment Requests and
Receiving Reports (10 U.S.C. 2227).
This RFQ closes on September 26, 2013 at 2:00 PM, Pacific Daylight Time
(PDT). Quotes must be uploaded on the SPAWAR e-commerce website at
https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-13-T-8448.
The point of contact for this solicitation is Simone Lucy,
[email protected].
Please include RFQ N66001-13-T-8448 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.
Bid Protests Not Available