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 N66001-16-T-7732. This requirement is set-aside for small
business,
NAICS code is 334418 and business size standard is 750 employees.
Quote Brand NameDo Not Substitute
"The statement below applies to all CLINS
To be considered for award, the offeror certifies that the product 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 U.S. (i.e.,
that the products are TAA compliant and that the offeror is authorized to sell
them in the
U.S.). 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 U.S., or that the product is in some manner not TAA
compliant."
CLIN 0001 MIL-STD-1553 PCI CARD
5 Each
Make: Abaco Systems
Part Number: QPCX-1553-1SAW
Single function, single-dual redundant channel, fixed voltage PCI interface
board with
IRIG-BREC/GEN.
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 RFQ closes on August 01, 2016 at 10:00 AM, 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/N66001-16-T-7732
All questions 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-7732
PLEASE NOTE:
1. Quotes and questions emailed directly to my email inbox will NOT be
considered.
2. If you need assistance with the website you MUST contact the SPAWAR
Helpdesk at 858-537-0644 or email at
[email protected]
3. Please include the following:
a. CAGE Code
b. DUNS
c. Business Size
4. Preferred method of shipment: FOB Destination. (Please include shipping as
separate line item if other than FOB Destination)
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
The point of contact for this solicitation is Rebeca Holguin at
[email protected].
Please include RFQ N66001-16-T-7732 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.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition
Regulation
Supplement (DFARS), May 10, 2016. 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 Provisions
52.204-7 Data Universal Numbering System Number
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.209-11 Representation by Corporations Regarding Delinquent Tax
Liability or a
Felony Conviction under any Federal Law
52.211-6 Brand Name or Equal (Aug 1999)
52.212-1 Instructions to Offerors- Commercial Items.
52.212-3 Offerors Representations and Certifications-Commercial Items
Alternate I
52.225-25 Prohibition on Contracting with Entities Engaging in Certain
Activities
or Transactions Relating to IranRepresentation and
52.252-1 Solicitation Provisions Incorporated by Reference
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7000 Disclosure Of Information
252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls.
252.203-7996 Prohibition on Contractin with Entities that Require Certain
Internal
Confidentiality Agreements
252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls.
252.204.7011 Alternative Line Item Structure.
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting.
52.204-7013 Limitations on the Use or Disclosure of Information by
Litigation
Support Offerors
252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent
Tax
Liability
252.237-7024 Notice of Continuation of Essential Contractor Services
5252.211-9203 Offered Equal Product (Former SPAWAR Clause C-305)
Bid Protests Not Available