N66001-16-T-7083 DUE: May 4, 2016
SMALL BUSINESS SET ASIDE/BRAND NAME
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. 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 Concern will not be considered for award. Competitive quotes
are being
requested under N66001-16-T-7068. This requirement is for brand name,
set-aside for
small business, NAICS code is 334511 and business size standard is 1,250
employees.
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 is a "Brand Name, DO NOT Substitute" requirement***
The statement below applies to all CLINs:
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.
Item 0001 Workhorse Navigator Doppler Velocity Log (DVL)
Mfr: Teledyne RD Instruments
Mfr P/N: WHNXXXXK6
Additional salient characteristics:
o Navigator 300, 600 or 1200kHz 6000m DVL
o Depth rated, Titanium
Qty: 3 each
Item 0002 Navigator Integrated Pressure Sensor
Mfr: Teledyne RD Instruments
Mfr P/N: WHNPRES-0500
Additional salient characteristics:
Integrated 500m Pressure Sensor
Qty: 3 each
Item 0003 UID labels
As required
NOTE: ALL TANGIBLE ITEMS WITH A UNIT COST OF $5,000.00 AND OVER IN
REFERENCE TO DFARS 252.211-7003, ITEM IDENTIFICATION & VALUATION MUST HAVE
A UID LABEL. IF CHARGING FOR LABELS THEY MUST BE LISTED ON THE QUOTE AS A
SEPARATE LINE ITEM.
Item 0004 Shipping and Handling
As required
NOTE: Vendor must provide at time of submission of quote their Teledyne RD
Instruments AUTHORIZED DISTRIBUTOR INFORMATION (POC, phone number) and/or
any documentation supporting that the items are actually coming from that OEM,
i.e.,
certification, letter or copy of invoice. Failure to provide such proof will
be treated as
non-responsive and your quote will be treated as non-responsive and your
quote(s) will
not be considered for award.
Vendors: make sure you reference the following information in the quote:
a. DUN & Bradstreet number
b. CAGE Code
c. Business size
d. Requested delivery date: 3 4 weeks or sooner after receipt of order
e. Preferred method of shipment: FOB Destination
f. RFQ Number: N66001-16-T-7083
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This RFQ closes on May 4 2016 at 9:00 AM, Pacific Time. Questions and quotes
must be
uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-16-T-
7068. E-mail quotes will not be accepted. For e-Commerce technical issues,
please
contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
The point of contact for this solicitation is Sonja Stevenson at
[email protected]. Please include RFQ N66001-16-T-7083 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means a registered DUNS and
CAGE
Code numbers.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-85, Effective 12/04/2015 and Defense Federal
Acquisition
Regulation Supplement (DFARS), Publication Notice 20151230, Effective
12/30/2015
provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
FAR Clause 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
Item
applies to this acquisition in e-Commerce.
FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be
the lowest
priced technically acceptable quote.
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.204-99, System for Award Management Registration (Deviation)
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)
52.214-3, 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
52.222-19, 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)
52.222-3, Convict Labor (E.O. 11755)
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
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)
52.233-3, Protest After Award (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78)
DFAR Clause 252.204-7000, Disclosure of Information, 252.204-7012, Safeguarding
of
Unclassified Controlled Technical Information, 252-204-7001, Commercial and
Government Entity (CAGE) Code Reporting and 252.211-7003, Item Unique
Identification
and Valuation (applies to items over $5K)
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information. (End of provision)
252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB
2015)
(a) The Contractor shall not require employees or subcontractors seeking to
report
fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or
statements prohibiting or otherwise restricting such employees or contactors
from
lawfully reporting such waste, fraud, or abuse to a designated investigative or
law
enforcement representative of a Federal department or agency authorized to
receive
such information.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any
internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use
of funds
appropriated (or otherwise made available) under that or any other Act may be
prohibited, if the Government determines that the Contractor is not in
compliance with
the provisions of this clause.
(2) The Government may seek any available remedies in the event the
Contractor
fails to perform in accordance with the terms and conditions of the contract as
a result of
Government action under this clause. (End of clause)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION
CONTROLS.
(A) Definitions. As used in this provision
"Controlled technical information," "covered contractor information system,"
and "covered defense information" are defined in clause 252.204-7012,
Safeguarding
Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001)
(OCT 2015).
(a) The security requirements required by contract clause 252.204-7012,
Safeguarding
Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)
(OCT 2015) shall be implemented for all covered defense information on all
covered
contractor information systems that support the performance of this contract.
(b) If the Offeror anticipates that additional time will be necessary to
implement derived
security requirement 3.5.3 "Use of multifactor authentication for local and
network
access to privileged accounts and for network access to non-privileged
accounts" within
National Institute of Standards and Technology (NIST) Special Publication (SP)
800-
171, "Protecting Controlled Unclassified Information in Nonfederal Information
Systems
and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800- 171), the Offeror
shall
notify the Contracting Officer that they will implement the requirement within
9 months
of contract award.
(c) If the Offeror proposes to deviate from any of the security requirements in
NIST SP
800-171that is in effect at the time the solicitation is issued or as
authorized by the
Contracting Officer, the Offeror shall submit to the Contracting Officer, for
consideration
by the DoD Chief Information Officer (CIO), a written explanation of
(1) Why a particular security requirement is not applicable; or
(2) How an alternative, but equally effective, security measure is used to
compensate for
the inability to satisfy a particular requirement and achieve equivalent
protection.
(d) An authorized representative of the DoD CIO will approve or disapprove
offeror
requests to deviate from NIST SP 800-171 requirements in writing prior to
contract
award. Any approved deviation from NIST SP 800-171 shall be incorporated into
the
resulting contract.
(End of provision)
Bid Protests Not Available