This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented
with additional information included in this notice. This announcement
constitutes the
only solicitation; quotes are being requested and a separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request For Quote (RFQ) Number
N66001-
19-Q-4975. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 511210, NAICS Title and the small business size standard
is $38.5
(Millions of Dollars). This procurement is a small Set-Aside. Only quotes
submitted by
Small Business Concerns will be accepted by the Government. Any quote that is
submitted by a non-Small Business Concern will not be considered for award.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire OmniSTAR Air Global VBS 1 Year Wet. To be
considered acceptable and eligible for award, quotes must provide all of the
items and
quantities listed below. The Government will not consider quotes or offers for
partial
items or quantities. Anticipated contract line items are as follows:
ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE
0001 AIR GLOBAL VBS WET
S/N: 3-0055901 (ZEA355901)
POP: 3/31/2019-3/30/2020 1 LOT
0002 AIR GLOBAL VBS WET
S/N: 3-0034248 (ZEA334248)
POP: 3/31/2019-3/30/2020 1 LOT
0003 AIR GLOBAL VBS WET
S/N: 3-0030429 (ZEA330429)
POP: 3/31/2019-3/30/2020 1 LOT
0004 AIR GLOBAL VBS WET
S/N: 3-0061747 (ZEA361747)
POP: 3/31/2019-3/30/2020 1 LOT
0005 AIR GLOBAL VBS WET
S/N: 3-0029310 (ZEA329310)
POP: 3/31/2019-3/30/2020 1 LOT
DESCRIPTION: SUBSCRIPTION PROVIDES FOR CONTINUED ACCESS TOP DIFFERENTIAL
GPS SIGNAL USED BY THE NAVY'S FLIGHT OPERATIONS.
Depending on the primary buy type (supply or service), recommend inserting one
of the
following statements: The expected delivery date is 35 DAYS ARO.
The Government is seeking Free on Board (FOB) Destination pricing to the
following
shipping address:
SPAWAR SYSTEMS CENTER PACIFIC
53560 HULL STREET
SAN DIEGO CA 92152
FOB: Destination
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation represents
the
Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION
FACTORS FOR
AWARD' Section below. A complete quote must be received for consideration.
Respond to
each item listed below, if the response is "None" or "Not applicable,"
explicitly state and
explain. The Government may consider quotes that fail to address or follow all
instructions to be unacceptable and ineligible for contract award. A complete
quote
includes a response and submission to each of the following:
Carefully consider the items below and tailor the Offeror instructions to the
procurement.
1. General Information: Offeror Business Name, Address, CAGE code and DUNS
(ensure
Representation and Certifications are up to date in SAM.gov), Business Size and
Type of
Small Business based on applicable NAICS Code as provided above, Federal Tax
ID,
Primary Point of Contract (to include telephone and e-mail address) and provide
a GSA
contract number if some or all items proposed are on the GSA schedule.
2. Technical Acceptability Documentation:
a. Technical Approach or Specifications: The offer must address and meet the
requirements/specifications as defined under Technical Acceptability in Factor
I below.
b. Sustainable Acquisitions Information and Certification: The contractor shall
comply
with all sustainable acquisition policies in an effort to minimize the
Government's
environmental impact and deliver community benefits through better selection
and
improved usage of products and services. In accordance FAR 23, sustainable
acquisition
policies apply to both contracts for supplies and services that require the
delivery, use, or
furnishing of products/services to the Government. Indicate if any the
following
sustainable acquisition categories apply to any products or services proposed:
Energy
Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable,
Non-ozone
depleting substances, Less Toxic and/or Less GHGs. The following product
certification
statement below applies to all line items and each Offeror must submit
supporting
documentation, as needed:
To be considered for award, the Offeror/contractor is required to submit
documentation
confirming that they are an authorized source. An "Authorized Source" is
defined as the
original manufacturer, a source with the express written authority of the
original
manufacturer or current design activity, or an authorized aftermarket
manufacturer.
c. Counterfeit IT Certification
The following IT related statement applies to all line items and each Offeror
must
explicitly confirm and submit supporting documentation, as needed: The
Offeror/contractor certifies that the product(s) being offered are new and in
their original
packaging. The subject product(s) are eligible for all manufacturer warranties
and other
ancillary services or options provided by the original manufacturers, authorized
suppliers, or suppliers that obtain parts from the manufacturer or its
authorized supplier.
The Offeror/contractor further certifies that it is authorized by the
manufacturer to sell
the product(s). The Offeror is required to submit documentation identifying its
supply
chain for the product(s). Within the aforementioned documentation, the Offeror
shall also
identify the country of manufacture and indicate one of the following, if
applicable:
Manufacturing occurs in the U.S., but more than 50% is foreign content
Originally foreign manufactured products significantly modified by U.S.
Company
The contractor assumes responsibility for authenticity. Costs of counterfeit
parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the Offeror acknowledges that a no cost cancellation or
partial
termination for default/cause for non-compliant awarded items may occur if any
of the
products provided are not recognized or acknowledged by the manufacturer as new
products 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.
3. Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue,
the
extended price for each line item and a total price in US Dollars ($). Note:
Ensure FOB
Destination shipping costs are included in the pricing.
4. Commercial Warranty: If available, provide the terms and length of the
Workmanship
and/or Manufacturer Warranty on the product(s) and/or services proposed
included in
the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis For Award: The Government intends to award a contract to the Offeror who
provides the best oval value (price, delivery, capability, past performance,
etc., who is
registered with Wide Area Work Flow (WAWF) and System for Award Management
(SAM); however, the Government reserves the right to award no contract at all,
depending on the quality of quotes submitted and availability of funds. An
offer will be
considered non-responsive if technical acceptability is not met.
Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to
see if the
following specification requirements are met to include all information
required for a
complete quote as defined in paragraph #2 above: The "Brand Name" item(s)
(including
part numbers) along with the salient physical, functional, and performance
characteristics
that an "equal" product must meet the requirements. Offerors shall provide a
quote that
identifies the Brand Name items. Additionally, Offerors shall specify delivery
timeframes
in their quote that meet or exceed the required delivery date specified above.
Factor II Price: The Government will evaluate the total price to determine if
it is fair
and reasonable. The price quote shall include a unit price for each item and a
total firm
fixed-price for all line items. The total firm-fixed-price shall include all
applicable taxes,
shipping, and handling costs to the shipping address listed above as outlined
in
paragraph #3 above.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All Offerors must have a completed registration in the
System for Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means Offerors shall have
registered
CAGE code and DUNS.
Questions Due Date and Submission Requirements: All questions must be received
before 28 JANUARY 2019, @ 09:00 AM Pacific Time. Questions must be uploaded on
the
SPAWAR e-
Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified Acquisitions/N66001-18-Q-4975. Include RFQ# N66001-18-Q-4975
on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 31 JANUARY 2019;
11:00 a.m., Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce
website
at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-19-Q-4975. E-mail quotes or offers will not be accepted and
late
quotes will not be accepted.
SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact
the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
Government RFQ Point of Contract: The point of contact for this solicitation is
[email protected]. Reference RFQ# N66001-19-Q-4975 on all email exchanges
regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) Verify the current Federal Register No. which can be
found at
http://farsite.hill.af.mil/vmfara.htm' and Defense Federal Acquisition
Regulation
Supplement (DFARS) Publication Notice. 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 or https://acquistion.gov/far/.
The following FAR and DFARS provisions, incorporated by reference, apply to
this
acquisition:
52.204-13 System for Award Management Maintenance OCT 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-19 Incorporation by Reference of Representations and Certifications. DEC
2014
52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017
52.232-25 Prompt Payment JAN 2017
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC
2013
52.233-1 Disputes MAY 2014
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP
2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting
OCT 2016
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American And Balance Of Payments ProgramBasic (Dec 2016) DEC
2016
252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--
Basic (DEC 2016) DEC 2016
252.225-7048 Export-Controlled Items JUN 2013
252.227-7015 Technical Data--Commercial Items FEB 2014
252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
JUN
2012
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7010 Cloud Computing Services OCT 2016
252.239-7018 Supply Chain Risk OCT 2015
252.244-7000 Subcontracts for Commercial Items JUN 2013
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes
the
following clauses by reference:
X___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X___(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct
2016) (E.O. 13126).
_X___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X___ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
X___ (32) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O.
13496).
_X___ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22
U.S.C.
chapter 78 and E.O.
13627).
Bid Protests Not Available