Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации..
Регистрация
Solicitation Number: N66001-16-T-7750
Notice Type: Combined Synopsis/Solicitation
Synopsis: Added: Aug 29, 2016 11:41 am RFQ: N66001-16-T-7750 Issue Date: 29 August 2016
SPAWAR SSC PACIFIC CONTRACTING CODE 22220
REQUEST FOR QUOTE INFORMATION SHEET
Informal RFQ Number/Purchase Request Number: N66001-16-T-7750/ 1300586093
PROJECT: Supply Extron Electronics Video Converter and Video Interface
RFQ CLOSE DATE: 01:00 P.M. PST ON Thusday, 01 Septermber 2016
REQUIRED DELIVERY DATE: 30 Days ARO
The point of contact for this solicitation is rebeca.holguin@navy.mil
Quotes and 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-7750
THIS REQUEST FOR QUOTE IS FOR BRAND NAME ONLY
This procurement is 100% set aside for small business under North American
Industry
Classification System (NAICS) Code 334310, Audio and Video Equipment
Manufacturing.
Small businesses under this NAICS Code are those employing no more than 750
Employees. Any quote that is submitted by a contractor that is not Small
Business under
NAICS Code 334310 will not be considered for award.
Contractors bear the burden of ensuring that quotes (and any authorized
amendments)
reach the designated office on time and should allow a reasonable time for
facsimile and
e-mail transmissions to be completed. All pages of the quote must reach the
office before
the deadline specified in this solicitation. The contractor bears the risk of
non-receipt of
electronically transmitted quotations and should confirm receipt.
The Government will award a Firm Fixed Price Contract resulting from this
solicitation to
the responsible quoter whose quotation conforming to the solicitation
represents the
Lowest Price Technically Acceptable. A complete quote must be received for
consideration. A complete quote is completion and submissions of items 1-5
provided
below.
Evaluation Criteria will be based on: Lowest Price Technically Acceptable
(LPTA): The
Government intends to award a contract to the lowest priced, technically
acceptable
contractor, who is registered with Wide Area Work Flow and System for Award
Management; 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
detailed below in item #4 below.
1. CONTRACTOR INFORMATION To be eligible for award under this Request for
Quotation (RFQ), contractors must be registered in the System for Award
Management
(SAM) https://www.sam.gov/portal/SAM/ and must furnish DUNS Number, Cage Code
and Federal Tax ID Number. Failure to submit the required information may
result in
your quotation being considered non-responsive.
COMPANY NAME:
___________________________________________________________
ADDRESS:
__________________________________________________________________
CITY: _________________________________ STATE: ____________ ZIP:
______________
DUNS NO: _____________________________ CAGE CODE:
______________________________
FEDERAL TAX ID NUMBER: _______________ FSC: _______________SIC:
_____________
NAME AND TITLE OF QUOTER:
_____________________________________________________
PHONE NUMBER: _________________E-MAIL ADDRESS:
________________________________
BUSINESS SIZE STATUS: _________________________ PRIMARY NAICS:
__________________
2. OTHER GENERAL INFORMATION (if applicable) - Please indicate the following:
a) Are you quoting from a GSA contract? __________
YES __________NO
GSA Contract No. (If Applicable):
____________________________________________
GSA Contract Expiration Date:
____________________________________________
GSA Schedule / Special Item Number (SIN)
_____________________________________
b) Prompt Payment Terms/Discount Terms:
____________________________________________
c) Proposed delivery time (days):
____________________________________________
d) Estimated total weight of order:
____________________________________________
3. SUSTAINABLE ACQUISITIONS CERTIFICATION: The contractor shall comply with all
sustainable acquisition policies, which apply to both contracts for supplies
and contracts
for services that require the delivery, use, or furnishing of products. See FAR
Part 23.
The contractor shall comply with all changes to sustainable acquisition
policies (e.g.
addition of USDAdesignated items), and such compliance will not be grounds for
contract modification or equitable adjustment. Please certify below by listing
the product
and checking each applicable sustainable acquisition category in which the
product falls
under.
PRODUCT ENERGY EFFICIENT WATER EFFICIENT RECYCLED BIO-BASED
ENV. PREFERABLE NON OZONE DEPLETING LESS TOXIC LESS GHGs
Please describe how your products/services will meet aforementioned sustainable
acquisition goals:
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
_____
Our aims and objectives are to:
Minimize our environmental impact and deliver community benefits through
better selection and improved usage of products and services;
Foster innovation in our supply markets to increase the availability and
effectiveness of sustainable solutions that meet our organizational
requirements;
Encourage our suppliers to adopt practices that minimize their
environmental impact and deliver community benefits in relation to their own
operations
and throughout the supply chains in which they operate;
Work in partnership with suppliers to achieve our common goals and
continually improve performance over time;
4. TECHNICAL ACCEPTABILTY DOCUMENTATION REQUIRED:
Provide specification sheets for the item proposed demonstrating all salient
characteristics are met as listed in the table below for CLIN 0001 and 0002.
Government
specification and requirements for N66001-16-T-7746 are as follows:
CLIN 0001 Video Converter VSC700
Convert computer video signals and output scan-converted video signal as
NTSC, S-video, and RGB video.
CLIN 0002 Video Interface Unit RGB 109xi
Analog computer-video conversion to digital video signal.
5. QUOTED PRICE: QUOTE BRAND NAME ONLY
CLIN Description Quantity Unit of issue Per Unit Price Extended
Price
0001 Supply: Video Converter VSC700 in accordance with specifications and
requirements listed in item #4 above, quantities listed above apply to each
bundle.
Manufacturer Name: EXTRON ELECTRONICS
Part Number: 60-477-01
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
15 Each
0002 Supply: Video Interface Unit RGB 109xi
in accordance with specifications and requirements listed in item #4 above,
quantities
listed above apply to each bundle.
Manufacturer Name: EXTRON ELECTRONICS
Part Number: 60-289-01
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
10 Each
*Note: A complete ship to address will be provided at contract award.
Provide the terms and length of the Workmanship
Warranty_______________________________________________________
_______________________________________________________________________
_________________________________
Provide the terms and length of the Manufacturer/Product
Warranty________________________________________________
_______________________________________________________________________
_________________________________
This solicitation document incorporates standard commercial provisions and
clauses for
requirements under the Simplified Acquisition Threshold in effect through
Federal
Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20150406. Additional contract clauses may
apply
in the Terms and Conditions of the award and contractually binding at the time
of award.
It is the responsibility of the offeror to be familiar with the applicable
clauses and
provisions. In accordance with 52.252-1, Solicitation Provisions Incorporated
by
Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and
clauses
can be accessed in full text at www.farsite.hill.af.mil or
https://acquistion.gov/far/.
The following are FAR and DFARS provisions, incorporated by reference, apply to
this
solicitation:
52.204-7, System for Award Management;
52.204-16, Commercial and Government Entity Code Reporting;
52.204-17, Ownership or Control of Offer;
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law;
52.212-1, Instructions to Offerors -- Commercial Items (Tailored information
provided
above);
52.212-2, Evaluation -- Commercial Items (Tailored information provided above);
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(As
registered in SAM);
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications;
52.252-1, Solicitation Provisions Incorporated by Reference;
252.203-7005, Representation Relating to Compensation of Former DoD Officials;
252.203-7996, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003);
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
252.204-7011, Alternative Line Item Structure;
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations;
252.215-7007, Notice of Intent to Resolicit;
252.215-7008, Only One Offer;
252.225-7000, Buy American--Balance of Payments Program Certificate;
252.225-7020, Trade Agreement Certificate;
252.239-7009, Representation of Use of Cloud Computing;
252.239-7017, Notice of Supply Chain Risk; and,
252.247-7022, Representation of Extent of Transportation by Sea.
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform
Employees of Whistleblower Rights;
52.204-9, Personal Identity Verification of Contractor Personnel;
52.204-21, Basic Safeguarding of Covered Contractor Information Systems,
52.204-18, Commercial and Government Entity Code Maintenance;
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 (Tailored at Award);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors;
52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
52.247-34, F.o.b. Destination;
252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
252.203-7997, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003)
252.204-7000, Disclosure of Information;
252.204-7006, Billing Instructions;
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor
Reported
Cyber Incident Information;
252.204-7012, Safeguarding of Unclassified Controlled Technical Information;
252.204-7015, Disclosure of Information to Litigation Support Contractors;
252.211-7003, Item Unique Identification and Valuation (applies to items over
$5K);
252.211-7008, Use of Government-Assigned Serial Numbers;
252.223-7008, Prohibition of Hexavalent Chromium;
252.225-7001, Buy American and Balance of Payments Program;
252.225-7021, Trade Agreements;
252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments;
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
252.232-7006, Wide Area Work Flow Payment Instructions;
252.232-7010, Levies on Contract Payments;
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;
252.239-7010, Cloud Computing Services
252.239-7018 Supply Chain Risk;
252.244-7000, Subcontracts for Commercial Items;
252.246-7003, Notification of Potential Safety Issues;
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military;
252.247-7023, Transportation of Supplies by Sea; and,
252.247-7022, Representation of Extent of Transportation by Sea. Additional Info:
Updates to this procurement and all associated documents will be made available on the SPAWAR e-Commerce Central website, which is accessible by clicking this link. Contracting
Office Address: 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
Point of Contact(s): Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Cindy J Ledesma, Contracting Officer, 619-553-9311
Contract Specialist
General Information Notice Type: Combined Synopsis/Solicitation
Posted Date: August 29, 2016
Response Date: September 1, 2016
Archiving Policy: Automatic, on specified date
Archive Date: October 1, 2016
Original Set Aside: N/A
Set Aside: Total Small Business
Classification Code: 70 -- General purpose information technology equipment
NAICS Code: 334 -- Computer and Electronic Product Manufacturing/334310 -- Audio and Video Equipment Manufacturing
Источник закупки Перейти Импорт - Экспорт по стране Соединенные Штаты Америки Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Экспорт Импорт