This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 1300689119 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-04-02 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be West Bethesda, MD 20817
The NAVSEA NSWC - Carderock requires the following items, Brand Name Only (Exact Match), to the following:
Base Period of Performance: 04/06/2018 - 08/06/2018
LI 001: PATH-SC-I-OPT001 - Teledyne RD Pathfinder 600 kHz DVL, Phased Array Transducer, Self Contained, 300m depth rating electronics with dual leak sensors, temperature sensor, Ethernet and RS232 comm ports, status LED. Includes 2m pigtail cable and RDI Tools S/W, 1, EA;
LI 002: PATH-LABT - 15cm low altitude bottom tracking upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 003: PATH-CP - ADCP (Current Profiling)upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 004: 73B-6057-00 - Test Cable, Pwr/Comm, RS-232/Ethernet, Pathfinder Self Contained DVL, 1, EA;
Option 1 Period of Performance: 04/06/2018 - 08/06/2018
LI 001: PATH-SC-I-OPT001 - Teledyne RD Pathfinder 600 kHz DVL, Phased Array Transducer, Self Contained, 300m depth rating electronics with dual leak sensors, temperature sensor, Ethernet and RS232 comm ports, status LED. Includes 2m pigtail cable and RDI Tools S/W, 1, EA;
LI 002: PATH-LABT - 15cm low altitude bottom tracking upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 003: PATH-CP - ADCP (Current Profiling)upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 004: 73B-6057-00 - Test Cable, Pwr/Comm, RS-232/Ethernet, Pathfinder Self Contained DVL, 1, EA;
Option 2 Period of Performance: 04/06/2018 - 08/06/2018
LI 001: PATH-SC-I-OPT001 - Teledyne RD Pathfinder 600 kHz DVL, Phased Array Transducer, Self Contained, 300m depth rating electronics with dual leak sensors, temperature sensor, Ethernet and RS232 comm ports, status LED. Includes 2m pigtail cable and RDI Tools S/W, 1, EA;
LI 002: PATH-LABT - 15cm low altitude bottom tracking upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 003: PATH-CP - ADCP (Current Profiling)upgrade for Pathfinder 600 kHz DVL, 1, EA;
LI 004: 73B-6057-00 - Test Cable, Pwr/Comm, RS-232/Ethernet, Pathfinder Self Contained DVL, 1, EA;
Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, NAVSEA NSWC - Carderock intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA NSWC - Carderock is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Prohibition on Requiring Certain Intemal Confidentiality Agreeements or Statements JAN 2017
System for Award Management
System for Award Management Maintenance OCT 2016
Commercial & Government Entity Code Maintenance [use w/52.204-16]
Incorporation by Reference of Representations and Certifications DEC 2014
Predecessor of Offeror
Representation by Corporations Regarding Delinquent Tax
Instructions to Offerors ââ¬â Commercial Items
Contract Terms and Conditions--Commercial Items JAN 2017
Contract Terms & Conditions Required to Implement Statutes or Executive Orders
Convict Labor (June 2003) (E.o. 11755)
Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)
Prohibition of Segregated Facilities (Apr 2015)
Previous Contracts & Compliance Reports
Equal Opportunity (Sept 2016) (E.o. 11246).
Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627)
Encouraging Contractor Policies to Ban Text Messaging Driving (Aug 2011) (E. O. 13513)
Restrictions on Certain Foreign Purchases (June 2008) (E.O. 's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
Prohibition on Contracting w/Entities Engaging in Certain Activities or Transactions Relating to Iran ââ¬â Representation & Certification
Payment by Electronic Funds Transfer System for Award Management (July 2013) (3 1 U.S.C. 3332)
Unenforceability of Unauthorized Obligations JUN 2013
Providing Accelerated Payments to Small Business
Subcontractors DEC 2013
Solicitation Provisions Incorporated by Reference
Clauses Incorporated by Reference
Deviation Clause Incorporated
Requirements Relating to Compensation of Former DOD
Officials
SEP 2011
Requirement to Inform Employees of Whistleblower Rights SEP 2013
Representation Relating to Compensation of Former DoD Officials
Control Of Govemment Personnel Work Product APR 1992
System for Award Management
Compliance with Safeguarding Covered Defense Information Controls
Safeguarding Covered Defense Information and Cyber
Incident Reporting
OCT 2016
Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 0 Statistical Reporting in Past Performance Evaluations
Prohibition of Hexavalent Chromium JUN 2013
Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016
Qualifying Country Sources As Subcontractors DEC 2016
Export-Controlled Items JUN 2013
Electronic Submission of Payment Requests and Receiving Reports JUN 2012
Wide Area Workflow Payment Instructions
Levies on Contract Payments DEC 2006
Pricing Of Contract Modifications DEC 1991
Subcontracts for Commercial Items JUN 2013
Transportation of Supplies by Sea APR 2014
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Bid MUST be good for 30 calendar days after close of Buy.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
The NAICS code is 334419 and the Small Business Standard is 750.
FAR 52.247-34, F.o.b. Destination applies
No partial shipments are permitted unless specifically authorized at the time of award.
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.204-10 Reporting Subcontract Awards.
Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
52.212-2 Evaluation - Commercial Items.
52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-36 Affirmative Action for Workers w/ Disabilities
52.232-18 Availability of Funds
Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.211-7003 Item Identification & Valuation (AUG 2008)
-252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
Protest after Award
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
System for Award Management
Option for Increased Quantityââ¬âSeparately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day notice. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
Bid Protests Not Available