Federal Bid

Last Updated on 27 Jan 2015 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

HEADEND RACK SYSTEM

Solicitation ID HQ002843436604
Posted Date 06 Jan 2015 at 10 PM
Archive Date 27 Jan 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dma Riverside
Agency Department Of Defense
Location United states
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
a. Solicitation Number HQ002843436604 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror".

b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-78 effective 26 Dec 2014 and DFARS Change Notice 20141216.

c. This procurement is unrestricted, brand name associated with NAICS Code 334220 and small business size of employees of 750. Brand name justification is attached hereto.

d. Description:

CLIN 0001 -Headend Rack System

QTY: 1 EACH
Mfr: Arris International , Inc.
P/N: CHP-CHASSIS-19U

Description:

1/6/2015:  Description has changed to read:



C/O: 1EA 19-IN CHASSIS, 2 PS W/HIGH SPEED BACKPLANE
(CHP-CHASSIS-19U); 3EA POWER SUPPLY, 475WATT, 110/220VAC
(CHP-PS/AC1-SW); 1EA SOFTWARE, CHP END USER CD(CHP-CMS-
1); 1EA CRAFT MANAGEMENT MODULE(CHP-CMM); 3EA
TRANSMITTER 6DB, 1291NM, SCA(CHP-SW01-1291-06-S); 5EA
RECEIVER, RETURN DUAL SCA(CHP-2RRXR-30-S); 10EA NODE
1GHZ, 1X4 1550 DIRECT POWER(OM31GJ-6G1E1-A2BA0K2-00);
10EA ATTENUATOR 1DB W/COVER(10A-1-WC); 2EA JUMPER SCA-CA
3 METER SIMPLEX SM(S003MSCASCA9YW30); 30EA JUMPER SCA/ST
3 METER SM SPLX(S003MSCASTX9YW30); 2EA OPTICAL COUPLER 1X4
EVEN SPLIT SCA(C150717-4); 1EA MODULATOR 60DB-550MHZ-OPTIONS
2, 4, 9(AM60-550-2-4-9); 1EA DEMODULATOR W/OPTIONS 17, 25(AD-
1B); 1EA ATTENUATOR VARIABLE W/F CONNECTORS(75DR-021-F);
7EA POWER SUPPLY 15AMP 60/90 OUTPUT(PX-5200-25); USA PART
NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY
MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.

UNIT PRICE @ _____________ x 1 EA = $__________________

Note: Vendor's quote format is allowable. Delivery required NLT 30 JAN 2015. Please indicate whether your company can meet this date.

FOR CONSIDERATION ENSURE FREIGHT IS ABSORBED IN UNIT PRICE

e. Delivery and acceptance will be made at location:

FOB DESTINATION:

Naval Afloat Media Systems
Warehouse Naval Media Center
8345 E. Beechcraft Ave.
Gaithersburg, MD


f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov.

g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received.

It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions.

The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (NOV 2013). Electronic submission is located at https://www.sam.gov.


i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil.


FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAY 2014)
FAR 52.225-5 (Trade Agreements) (Nov 2013)
FAR 52.225-6 (Trade Agreements Certificate) (May 2014)
FAR 52.225-18 (Place of Manufacture) (Sep 2006)
FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013)
DFARS 252.204-7004 Alt A (System For Award Management) (FEB 2014)
DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAR 2014)
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012)
DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008)

Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included.


j. QUOTATIONS ARE DUE BY 2:00 PM PACIFIC STANDARD TIME ON 12 Jan 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Susan Madrid - [email protected]. On the Subject line of the e-mail insert " QUOTE HQ002843436604 " to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2371.

PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Sep 2015 at 3 PM
Dublin Pennsylvania 05 Oct 2018 at 1 PM
Shrewsbury Massachusetts 13 Apr 2023 at 2 PM
Location Unknown 31 May 2009 at 5 PM
Montrose New york 09 Jan 2020 at 4 PM

Similar Opportunities

Lafayette Louisiana 11 Jul 2025 at 9 PM
Fort drum New york 25 Feb 2026 at 5 AM (estimated)
Hill air force base Utah 10 Jul 2025 at 8 PM
San diego California 21 Jul 2025 at 8 PM
Location Unknown 31 Dec 2025 at 5 AM (estimated)