Federal Bid

Last Updated on 10 Jun 2011 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Global Maritime Distress and Safety System (GMDSS)Suite

Solicitation ID N40442-11-T-1027
Posted Date 13 May 2011 at 7 PM
Archive Date 10 Jun 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states
Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice:

This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in 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.

Solicitation Number: N40442-11-T-1027 is issued as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 6940.

NAICS Code 334290 applies. This is a Small Business set-aside. The Small Business Competitiveness Demonstration Program is applicable)

Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation.
Quantities : One per ship
QTY DESCRIPTION MODEL or MFR PART NUMBER
MFR: Thrane & Thrane or equal
1 DUAL IMMARSAT C, AREA A3 GMDSS CONSOLE SS-500-2C
2 TERMINAL, IMMARASAT C (supplied with item 1) 6006
2 ANTENNA, IMMARASAT C (supplied with item 1) 3027C
2 CABLE, ANTENNA, IMMARSAT C(supplied with item 1) -
2 RADIO, VHF DSC CLASS ‘A" (supplied with item 1) 6222
1 CONTROL HEAD, MF/HF SSB RADIO (supplied with item 1) 6301
1 TRANSCEIVER, MF/HF SSB RADIO (supplied with item 1) 6361
1 ANT TUNER, MF/HF SSB RADIO (supplied with item 1) 6381
1 CONTROL HEAD CABLE, 6 METER 12 POLE CABLE (CV-TV)(") -
1 TUNER CABLE, 10 METER MF/HF ANTENNA (COAX)(") -
1 POWER SUPPLY & CHARGER (supplied with item 1) 6018
2 BATTERY, 12V GEL CELL, MAINTENANCE FREE PS-12350 or equal
3 ANTENNA, VHF WITH MOUNT AV-7 or equal
1 ANTENNA, MF/HF TRANSMIT WITH MOUNT AT-82 or equal
1 ANTENNA, MF/HF RECEIVER AR-42 or equal
600 FT CABLE, RG-8 COAIAL (50 OHMS) -
400 FT CABLE, LS2SWU-1 MIL-DTL-24643
500 FT CABLE, LS2SJ-14 MIL-DTL-24643
100 FT CABLE, LS2SJ-16 MIL-DTL-24643

END ITEM APPLICATION: COMMUNICATIONS UNIT GMDSS INMARSAT-C
APPLICATION: Model # TNL8001
Manufacturer: TRIMBLE NAVIGATION LIMITED

 


1.1 Required Delivery Date(RDD) for SETS:

Opt Ship Qty RDD Requisitions
1 Patuxent (T-AO 201) 1ea 22-Jul-11 N21857-1125-V005
2 Kaiser (T-AO 187) 1ea 15-SEP-11 N21307-1125-V005
3 Big Horn (T-AO 198) 1ea 15-SEP-11 N21621-1125-V005
4 Grumman (T-AO 195) 1 ea 15-SEP-11 N21525-1125-V005
5 Humphreys 1 ea 15-Sep-11 N21419-1125-V005

The required delivery date for all items listed above is 05/26/2011.

The delivery address is:
Defense Distribution Norfolk Virginia
1968 Morris Street
Building Y-109, Doorway 6
Norfolk, VA 23512.

Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.

The following FAR provisions and clauses apply to this solicitation and are hereby incorporated:

52.204-7 Central Contractor Registration
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.)
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
Clauses within 52.212-5 are hereby incorporated:
52.203-6 Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Subcontract Awards
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.219-28 Post Award Small Business program Representation
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
52.222-35 Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.222-41 Service Contract Act of 1965 (use only for services)
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by electronic Funds Transfer- Central Contractor Registration
52.215-5 Facsimile Proposals (use only if accepting faxes)
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.247-34 FOB Destination
252.203-7000 Requirements Relating to compensation of Former DoD Officials
252.204-7004(Alt A) Required Central Contractor Registration
252.204-7008 Export - Controlled Items
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252.211-7003 Item Identification and Valuation; and its Alternate I
252.212-7000 Offeror Representations and Certification - Commercial items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
Clauses within 252.212-7001 are hereby incorporated:
52.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials
252.205-7000 Provision of Information to Cooperative Agreement
Holders (use if requirement is over $1M)
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7009 Restriction on Acquisition of Certain Articles Containing
Specialty Metals
252.225-7012 Preference for Certain domestic Commodities
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payment
252.243-7002 Request for Equitable Adjustment
252.246-7003 Notification of Potential Safety Issues

52.233-2 Service of Protest

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Henry Bijak 471 "C" Street, Naval Station Norfolk, VA 23511.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

Addendum to 52.233-2 Service of Protest

Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest.

52.252-2 Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es):

http://www.arnet.gov/far

Responsible sources shall provide the following:

1. Price quote which identifies the requested item(s), unit price, and extended price
2. Total price
3. Prompt Payment Terms
4. Remittance address, Tax Identification Number, DUNS number and Cage Code
5. Responses to this solicitation are due 05/26/2011 at 11:00AM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5979 Attn: Linda Terry. Please reference the solicitation number on your quote.
6. Award will be based on Low Price.

 

Bid Protests Not Available