Federal Bid

Last Updated on 05 Feb 2021 at 7 PM
Combined Synopsis/Solicitation
J b p h h Hawaii

66--Orolia NetClock

Solicitation ID N0060421Q4017
Posted Date 05 Feb 2021 at 7 PM
Archive Date 04 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flt Log Ctr Pearl Harbor
Agency Department Of Defense
Location J b p h h Hawaii United states 96860
AMENDMENT NOTICE: 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. The solicitation number is N0060421Q4017 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-02-05 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Pearl Harbor, HI 96860

The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: 1200‐011: SecureSync Time and Frequency Synchronization System with AC power. Standard OCXO oscillator, and without commercial GNSS module (an Option Card with an input reference must be added). Includes an ancillary kit, CD documentation, and quick start guide. Order an AC power cord as a no charge line item. 5 Year Warranty, 5, EA;
LI 002: CA06R‐1513‐0001: AC Power Cord, North America NEMA 5‐15 compliant plug to C13 style coupler (IEC60320),18AWG,10A,250V, 70C. Cost is included in the price of the unit., 5, EA;
LI 003: 1204‐1C: SecureSync Option Card with 3 x 10 MHz Outputs. Limit 4 per system.(Includes ancillary kit and installation guide if purchased uninstalled) To be mounted in the first 3 slots Left to Right in the 1200‐011 chassis. 5 Year Warranty, 15, EA;
LI 004: 1204‐05: SecureSync Option Card with (1) IRIG Input and (2) IRIG Outputs. Limit 6 per system. (Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty, 5, EA;
LI 005: 1204‐15: SecureSync Option Card with 4 x IRIG Outputs. Limit 6 per system. (Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty, 5, EA;
LI 006: 1204‐18: SecureSync Option Card with 4 x 1 PPS TTL level Outputs. Limit 6 per system.(Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty, 5, EA;
LI 007: Estimated Shipping to HI, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.

Offer period: Bid MUST be good for 30 calendar days after close of Buy.

FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar

DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.

52.204-7: System for Award Management

52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13: SAM Maintenance

52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.212-1: Instructions to Offerors -- Commercial Items

52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items

52.212-4: Contract Terms and Conditions--Commercial Items

52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items

52.213-1: Fast Payment Procedure

52.213-2 : Invoices

52.219-6: Notice of Total Small Business Set-Aside

52.219-28: Post Award Small Business Program Rerepresentation

52.222-3: Convict Labor

52.222-19: Child Labor--Cooperation with Authorities and Remedies

52.222-21: Prohibition of Segregated Facilities

52.222-26: Equal Opportunity

52.222-36: Equal Opportunity for Workers With Disabilities

52.222-50: Combating Trafficking in Persons

52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving

52.225-13: Restriction on Certain Foreign Purchases

52.232-33: Payment by Electronic Funds Transfer - SAM

52.232-40: Providing Accelerated Payments to Small Business Subcontractors

Protests after Award

252.203-7000: Requirements Relating to Compensation of Former DOD Officials

252.203-7005: Representation Relating to Compensation of Former DoD Officials

252.204-7015: Disclosure of Information to Litigation Support Contractors

252.211-7003 : Item Unique Identification and Valuation

252.223-7008: Prohibition of Hexavalent Chromium

252.225-7001: Buy American Act & Balance of Payments Program

252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

252.232-7006: Wide Area Workflow Payment Instructions

252.232-7010: Levies on Contract Payments

252.239-7017: Notice of Supply Chain Risk

252.244-7000: Subcontracts for Commercial Items

252.247-7023: Transportation of Supplies by Sea

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-16 Commercial and Government Entity Code Reporting

52.204-18 Commercial and Government Entity Code Maintenance

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.233-4 Applicable Law for Breach of Contract Claim

52.252-5 Authorized Deviations in Provisions

52.252-6 Authorized Deviations in Clauses

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7020 NIST SP 800-171 DoD Assessment Requirements.

252.225-7012 Preference for Certain Domestic Commodities

252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)

252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)

252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)"

252.246-7008 Sources of Electronic Parts

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania Not Specified
Virginia 11 Jul 2018 at 4 PM
Dahlgren Virginia 28 Feb 2017 at 6 PM
Dahlgren Virginia 02 Sep 2016 at 4 PM
Location Unknown 23 Jan 2017 at 4 PM

Similar Opportunities

Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Portsmouth Virginia 29 Jul 2025 at 4 PM
Pennsylvania 08 Aug 2025 at 4 AM (estimated)