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 N66001-14-T-7886. This requirement is set-aside for small businesses,
NAICS code is
334220 and the size standard is 1000 employees.
This Requirement is for the Folowing Items: BRAND NAME, DO NOT SUBSTITUTE
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per DFARS
252-211-7003, Item Identification & Valuation. If there is a cost for the UID
Label, please
quote a separate line item.
Item 0001
Converter, QTY: 1 Each
P/N DT-4513 Base unit (MFR: Comtech EF Data)
140 MHZ IF Frequency, 50 Ohn IF Impedance, 10.95-12.75 GHz RF Frequency Range,
1 KHz
Step Size,
.25 db Step Attenuator, 20 db Attenuator Range, Standard Front Panel, 90-250
VAC Primary
Input Power,
IOM Personality Module Type with Isolator, 50 Ohm Personality Module Impedance,
SMA Type
Connector,
Personality Module for KU-Band DT-4513 Down Converter
Accessories: Standard (USA) AC Power cord, 22 inch Rack Slide, Standard 2
Year Warranty
Included
Item 0002
Converter, QTY: 1 Each
P/N UT-4514 Base Unit (MFR: Comtech EF Data)
140 MHz IF Frequency, 50 Ohm IF Impedance, 14.00 14.50 GHz RF Frequency
Range, 1 KHz
Step Size,
.25 db Step Attenuator, 20 db Attenuator Range, Standard Front Panel, 90 250
VAC
Primary Input Power,
IOM Personality Module Type with Isolator, 50 Ohm Personality Module Impedance,
SMA Type
Connector,
(Personality Module for KU-Band UT-4514 Up Converter
Accessories: Standard (USA) AC Power Cord, 22 inch Rack Slide, Standard 2
Year Warranty
Included
SHIPPING (IF NOT INCLUDED IN PRICE)
IF THERE IS A SEPARATE SHIPPING COST (NOT INLUDED IN PRICE) AND (NOT A FIRM
FIXED
PRICE LESS THEN $100.00) SUPPORTING DOCUMENMTATION WILL BE REQUIRED
SUBSTANTIATING SHIPPING COST
"The statement below applies to CLINS 0001 and 0002
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. "
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.
Quotes will be evaluated on an "all or none" basis.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition
Regulation
Supplement (DFARS), 24 June, 2014. 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.
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 DFARS
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, 52.219-6, Notice of Total Small Business Set-Aside, 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 Transfer
Central
Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required
to Implement Statutes or Executive OrdersCommercial Items (Deviation) also
applies to this
acquisition, 52.204-99, System for Award Management Registration (Deviation),
52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, 2012-00007
Class Deviation- Representation Regarding Conviction of a Felony Criminal
Violation under any
Federal or State Law, DFARS 252.211-7003, Item Unique Identification and
Valuation.
This RFQ closes on 10 August, 2014 at 12:00 PM, Pacific Daylight Time (PDT).
Quotes
uploaded on the SPAWAR e-commerce website at
https://e-commerce.sscno.nmci.navy.mil
under SSC Pacific/Simplified Acquisitions/N66001-14-T-7886.
The point of contact for this solicitation is Gerald Burch at
[email protected].
Please include RFQ N66001-14-T-7886 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