N66001-16-T-6200
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. 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 will not be considered for award.
Competitive quotes are being requested under N66001-16-T-6200. This
requirement is set-aside for small businesses, NAICS code is 334111 and the
size standard is 1000 employees.
QUOTE "BRAND NAME (National Instrument), - DO NOT SUBSTITUTE". SUBMIT
QUOTE IN LINE ITEM SEQUENCE. QUOTES WILL BE EVALUATED ON AN "ALL OR
NONE" BASIS.
PLEASE NOTE: DFARS 252.211-7003, Unique Identification & Valuation applies
to any tangible item which unit cost is $5,000.00 or more. Please quote the
cost for UID labels and registration as a separate CLIN on the quote if the
labels are not included at no COST.
Basis for award:
1. The Government anticipates awarding a firm-fixed price purchase
order and it will be based on the lowest priced, technically acceptable quote.
2. For Cisco items Vendor must provide at time of submission of
quote, their Cisco authorized distributor information (POC), phone number and
e-mail address) and/or any documentation supporting that the items/service
are actually coming from that manufacturer, i.e. certification, letter or copy
of
invoice. Failure to provide such proof will be treated as non-responsive and
your quote(s) will not be considered for award. The vendor's authorized
distributor status will be verified by the Government prior to award.
"The statement below applies to CLINs 0001-014
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. DVI-I (MALE) TO DVI-D (FEMALE) AND VGA (FEMALE) SPLITTER
PART# 780868-01
QTY 2
Item 0002. PXIE-1062Q, 8-SLOT 3U PXIE/ PXI CHASSIS
PART# 779633-01
QTY 2
Item 0003. POWER CORD, AC, U.S., 120 VAC, 2.3 METERS
PART# 763000-01
QTY 2
Item 0004. DISPLAYPORT TO VGA ADAPTER CABLE
PART# 782271-01
QTY 2
Item 0005. NI PXIE-8135 CORE I7-3610QE 2.3 GHZ CONTROLLER, WIN 7 (64
BIT)
PART# 782450-04
QTY 1
Item 0006. NI PXIE-8135 CORE I7-3610QE 2.3 GHZ CONTROLLER, WIN 7 (64
BIT)
PART# 782450-04
QTY 1
Item 0007. 8 GB UPGRADE/REPLACEMENT RAM FOR PXIE-8135 AND PXI-8119
PART# 782341-8192
QTY 4
Item 0008. PREMIUM SERVICE PROGRAM FOR PXI SYSTEMS (3 YEARS)
PART# SRV-PX4687361
QTY 1
Item 0009. LABVIEW REAL-TIME DEPLOYMENT LICENSE FOR NI PXI
CONTROLLERS (ETS RTOS)
PART# 777849-01
QTY 2
Item 0010. NI 8260, 4-DRIVE, 3 TB HDD HIGH SPEED STORAGE MODULE, WIN
7 ONLY
PART# 782090-01
QTY 2
Item 0011. NI PXI-4461-24 BIT SIGMA-DELTA ADC'S, 204.8 KS/S MAX SAMP
RATE, 2 INPUT / 2 OUTPUT SIMULTANEOUS, ANTI-ALIASING FILTERS, IEIPE,
118 DB DYNAMIC RANGE
PART# 779687-01
QTY 2
Item 0012. NI PXI 8-SLOT FRONT RACK MOUNT KIT
PART# 778643-01
QTY 2
Item 0013. SMB 210 CABLE, DUAL SMB PLUG TO DUAL SMB PLUG COAX, 50
OHM, 1M
PART# 188858-01
QTY 2
Item 0014. VENDOR SHIPPING FEE
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-16-T-6200
e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping
estimate must be provided.
f. Indicate delivery lead time after receipt of order.
Ship to Address:
SPAWAR SYSTEMS CENTER PACIFIC
Receiving Officer
4297 PACIFIC HIGHWAY, BLDG OTC7
SAN DIEGO, CA 92110
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-84 (10/05/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), DPN 20151001(Effective 01 Oct
2015). It is the responsibility of the contractor to be familiar with the
applicable
clauses and provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
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)
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
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
52.222-3, Convict LaborE.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)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222.37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212)
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award
Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD
Officials
252.203-7005, Representation Relating to Compensation of Former DoD
Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid
Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes October 23, 2015 at 10:00 PST, Pacific Standard 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/N66001-16-T-6200.
The point of contacts for this solicitation is Dorothy Powell at
[email protected]. Please include RFQ N66001-16-T-6200 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/.
Bid Protests Not Available