Federal Bid

Last Updated on 03 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Washington navy yard District of columbia

70--CAC2S DLM (ADSI/ADSI System Manager) 5.7

Solicitation ID N0002419P5672
Posted Date 01 Mar 2019 at 5 PM
Archive Date 03 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsea Hq
Agency Department Of Defense
Location Washington navy yard District of columbia United states 20376
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 N0002419P5672 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-03-07 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington Navy Yard, DC 20376

The NAVSEA - HQ requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: CAC2S DLM (ADSI/ADSI System Manager) 5.7 Warranty Length Requested: 12 months; MANUFACTOR: ULTRA ELECTRONIC; RDT&E; FSC CODE 7030 FOB: Destination Please note the following: (1) Vendor asserts and certifies that items provided in conjunction with this procurement are certified as new, and sourced from the OEM (if the vendor is not the OEM). (2) Vendor asserts that licenses provided under this procurement convey to the government, with all manufacturers warranties, both specified and implied, along with all rights and privileges. (3) PLEASE NOTE: These items must be built and delivered to exactly the following configuration: counterfeit item not acceptable, refurbished item not acceptable, recertified item not acceptable, remanufactured item not acceptable unless item is remanufactured within the UNITED STATES or MALAYSIA and includes paperwork traceability with English language written certificate of conformance with the delivery of the item including its serial number indicating as such, item marked Made in CHINA not acceptable, acceptable manufacturers are limited to the UNITED STATES and/or MALAYSIA only and shall have a marked label on the item indicating as such., 2, 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.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid 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. NAVSEA - HQ 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.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (APR 2015) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein.

Transportation of Supplies by Sea

Electronic Submission of Payment Requests and Receiving Reports

Alternative Line Item Structure

Control Of Government Personnel Work Product

Post-Award Small Business Program Rerepresentation

Basic Safeguarding of Covered Contractor Information Systems

Commercial and Government Entity Code Maintenance

Security Requirements

System for Award Management

System for Award Management Maintenance

Commercial and Government Entity Code Reporting

Commercial and Government Entity Code Maintenance

Prohibition on Contracting with Inverted Domestic Corporations-Representation

Information Regarding Responsibility Matters

Instructions Offerors -- Commercial Items

Contract Terms and Conditions - Commercial Items

Contract Terms and Condition-Commercial Items

Contract Terms and Conditions Required to Implement Statutes or executive Orders--Commercial Items; (52.204-10, 52.52.209-6, 52.219-28,52.222-3, 52.222-19, 52.222-21, 52.26, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33)

Unenforceability of Unauthorized obligations

Buy American Certificate

Providing Accelerated Payments to Small Business Subcontractor

Service Of Protest

Protest After Award

Applicable law for Breach of Contract Claim

F.O.B. Destination

Solicitation Provisions Incorporated by Reference

Clauses Incorporated by Reference

Requirements Relating to Compensation of Former DoD Officials

Requirement to Inform Employees of Whistleblower Rights

Agency Office of the Inspector General

Representation Relating to Former DoD Officials

Compliance With Safeguarding Covered Defense Information Controls OCT 2016

Safeguarding of unclassified controlled technical information

Limitations on the use or Disclosure of Information by Litigation Support Offerors

Disclosure of Information to Litigation Support Contractors

Item Unique Identification and Valuation

Prohibition of Hexavalent Chromium

Buy American and Balance of Payments Program

qualifying Country Sources As Subcontractors

Restriction on Acquisition of Specialty Metails May 2013

Export-Controlled Items

Electronic Submission of Payment Requests and Receiving Reports

Wide Area Workflow Payment Instruction

Levies on Contract Payments

Subcontracts for commercial Items

Representation of Extend of Transportation of Supplies By Sea AUG 1992

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI). Sub line item number (SLIN), or contract line item number CLIN level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAFA) for invoices shall include summaries of work changed during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fix price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payment shall be due if the contractor does not provide the COR and CO email notification as required herein.

New Equipment Only; NO remanufactured or "gray market" Items. All Items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after closed of BUY

Shipping must be Free On Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award pursuant to applicable requirement and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference : 52.212-1. Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms Conditions required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b) 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. the full text of the referenced FAR clauses may be accessed electronically at https//www.acquisition.gov/far/.

Bid Protests Not Available

Similar Past Bids

Wiesbaden Hesse 21 Feb 2024 at 8 PM
J b p h h Hawaii 14 Jul 2014 at 8 PM
Pike New hampshire 26 Nov 2013 at 8 PM
Kirtland air force base New mexico 29 Jul 2015 at 7 PM

Similar Opportunities

Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Pennsylvania 24 Jul 2025 at 4 AM (estimated)
New york 08 Aug 2025 at 4 AM (estimated)
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)