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 for
brand name or
equal are being requested under N66001-14-T-7138. This requirement is set-aside
for small
businesses, NAICS code is 334310 and business size standard is 750 employees.
Item 0001: HDX 9000 CAMERA / (Qty-1) = $__________
HDX 9000 -1080; HDX 9006 HD CODEC WITH MOUNTING EARS, 11 PHOENIX
CONNECTORS ENG RMT NA POWER NTSC; TO INCLUDE PREMIER THREE WARRANTY; P/N 4870-
00262-136
P/N: J2200-26740-001
Item 0002: EAGLE EYE 3 CAMERA / (Qty-1) = $___________
P/N: 8200-09810-001
Item 0003: MOUNTING BRACKET / (Qty-1) = $____________
Item 0004: HDX MICA MICROPHONE ARRAY / (Qty-1) = $__________
P/N: 2215-23327-001
Item 0005: CABLE KIY FOR HDX 9000 SERIES (Qty-1) = $___________
Cable kit for HDX 9000 series:HDCI-f to
5xBNC-f+DB9-f, 1' ; DVI-A-m to 5xBNC-f, 1'; Walta to RJ45
socket 18"; S-Video to 2xBNC-m, 1'; Walta to Walta, 7.6m;
HDCI-m to HDCI-m, 10m; RJ45 5E, 3.66m; Phoenix to 2xRCA-f,
1'; 2xRCA-m, 25'; RJ11, 12'
P/N: 2215-24725-001
Item 0006: SERIAL NETWORK MODULE FOR HDX / (Qty-1) = $__________
SERIAL NETWORK MODULE FOR HDX 9000 (V.35, RS449, RS350 WITH RS366
DIALING)
P/N: 2215-23366-001
Item 0007: SERIAL CABLE / (Qty-1) = $_________________
1 RS-530 WITH RS-366, 5'; HD-68M to 'Y' RS-530 DB-25M /
RS-366 DB-25M
P/N 2457-21263-200
Item 0008: RED (6') 530 CABLE FOR KIV 7M / (Qty-1) = $___________
P/N: DTD-CA7M-01
Item 0009: BLACK (6') 530 CABLE FOR KIV-7M / (QTY-1) = $_________________
P/N: DTD-CA7M-02
Item 0010: DIAL ISOLATOR TO IMUX (6') CABLE / (Qty-1) = $___________
P/N: DTD-CADI-00
Item 0011: DTD-530 SWITCH TO IMUX (6') CABLE / (Qty-1) = $_____________
P/N: DTD-CAMF-11
Item 0012: RED (6') 530 CABLE FOR KIV-7HSB / (Qty-1) = $_____________
P/N: DTD-CA7B-01
Item 0013: BLACK (6') 530 CABLE FOR KIV-7HS/ (Qty-1) = $_____________
P/N : DTD-CA7B-02
Item 0014: HDX CEILING MICROPHONE/ (Qty-1) = $_____________
P/N: 2200-23809-001
Item 0015: CABLE KIT FOR HDX 9000 SERIES / (Qty-1) = $_____________
P/N: 2215-24725-001
Item 0016: Shipping to Guam / (1 Lot1) = $_____________
Delivery Address:
U.S. Naval Base Guam
SPAWAR BLDG 4175-B
Santa Rita, Guam 96915
ATTN: June Reyes
Phone: (671) 333-5171
Item 0017: KIV-7 RACK MOUNT ASSEMBLY/ (Qty-1) = $_____________
P/N: DTD-KIV-01
Item 0018: SWITCH RS530 SECURE/NONSECURE ISOLATION
/ (Qty-1) = $_____________
P/N: DTD-530S-DI
Item 0019: UID TAG/LABEL COST, IF APPLICABLE (ITEM THAT COSTS OVER $5,000.00 /
1
LOT = $___________
NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE
CONSIDERED.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
to the lowest bidder, technically acceptable.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular Fac 2005-76, Effective 25 July 2014 and Defense Federal
Acquisition
Regulation Supplement (DFARS), DPN 20140805 (Effective 05 Aug 2014) Edition. 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 www.farsite.hill.af.mil.
Current FAR & DFAR. The provision 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 are in the e-Commerce website at
https://e-commerce.sscno.nmci.navy.mil.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes
52.222-50,
Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After
Award (31
U.S.C. 3553), 52.233-4, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child
Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition
of
Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246),
52.211-6
Brand Name or Equal, 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 Transfer
Central
Contractor Registration (31 U.S.C. 3332), 52.214-6, Explanation of Prospective
Bidders,
52.214-7 Late Submissions, Modifications and Withdrawals of Bids.
FAR CLAUSE 52.204-99 System for Award Management Registration (Aug. 2012)
(Deviation)
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)
DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code
Reporting, 52.204-6, Data Universal Numbering System (DUNS).
DFAR 252.211-7003, Unit Identification and Valuation (applies to items over
5k) If there is a
cost for the UID please quote "separately".
This RFQ closes on August 19, 2014 at 10:00 AM, Pacific Standardt 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/N66001-14-T-7138
The point of contact for this solicitation is Nida B. Ramos
[email protected]
for questions
or inquiries phone or fax will not be considered. Please include RFQ
N66001-14-T-7138 on all
inquiries.
All responding vendors must be registered to the System for Award Management
(SAM)
Website prior to award of conduct. Information can be found at
https://www.sam/gov/.
Bid Protests Not Available