Amendment 0001 to solicitation N66001-17-Q-7074, effective 6/2/17.
The purpose of this amendment is as follows:
1. Incorporate Question and Answer page dated 6/2/2017.
Question 0001: Also, would it be possible to extend the Response Date by one
week?
Answer 0001: The close time for this solicitation has been extended until
0900/9:00 am
PST on June 12, 2017.
Question 0002: What are the dimensions of the item AS-4708 HEMI?
Answer 0002: 65" X 32" X 32"; power supplied from Unit 5.
Question 0003: What are the dimensions of the item AS-4710 HGIO?
Answer 0003: 66" X 72" Diameter; power supplied from Unit 4 3.
Question 0004: What are the dimensions of the item AN/SSQ-134?
Answer 0004: This is the system not a Unit Under Test.
Question 0005: What does the acronym UUT stand for?
Answer 0005: Unit Under Test.
Question 0006: What are the dimensions of the SSEE Mods Unit 1 & 2 Rack plus
the AIU?
Answer 0006: Unit 1: 41" X 22" X 75" Power 2x 115VAC 15 Amps; Unit 4: 35" X 22"
X
75"
Power 220 VAC 22Amps, 22VAC 11 Amps, 220VAC 8 Amps.
Question 0007: What Method is being called out in the Mil-Std-810G for the
Temperature and Humidity Testing in Item 0010?
Answer 0007: Method 502.5 Procedure II.
Question 0008: Is there a specific temperature required for the Temperature and
Humidity Testing in Item 0010?
Answer 0008: Basic Cold (-25C).
Question 0009: Could you please provide more detailed information on the size,
weight
and power requirements of the units to be tested?
Answer 0009: Please see the responses for Questions 0002, 0003 and 0006.
Question 0010: How big are each of the pieces to be tested?
Answer 0010: Please see the responses for Questions 0002, 0003 and 0006.
2. The close time for this solicitation has been extended until 0900/9:00 am
PST on June
12, 2017.
3. All other terms and conditions remain unchanged.
***********************************************************************
This is a SSC Pacific combined synopsis/solicitation for commercial services
prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set
Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be
accepted by the Government. Any quote that is submitted by a contractor that is
not a
Small Business will not be considered for award. Competitive quotes are being
requested
under N66001-17-Q-7074. This requirement is set-aside for small businesses,
NAICS
code is 334111 and the size standard is 1,250 employees.
Item 0001 Statement of Work (SOW) paragraph 3.1 Temperature Testing. MIL-STD-
810G, Method 501.5, Procedure II, Basic Hot (33C:63C); Operational test at 3 x
24 hour
cycles. The contractor shall conduct low temperature testing in accordance
with MIL-STD-
810G, Method 502.5, Procedure II, Basic Cold (-54); 24 hour exposure with
operational
testing at the end of the 24 hour hold. 1 UUT (AS-4708 HEMI), Qty 1 lot (not to
exceed
(NTE) 4 days)
Item 0002 SOW paragraph 3.1 Temperature Testing. MIL-STD-810G, Method 501.5,
Procedure II, Basic Hot (33C:63C); Operational test at 3 x 24 hour cycles. The
contractor shall conduct low temperature testing in accordance with
MIL-STD-810G,
Method 502.5, Procedure II, Basic Cold (-54); 24 hour exposure with
operational testing
at the end of the 24 hour hold. 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 4 days)
Item 0003 SOW paragraph 3.2 Humidity Testing. MIL-STD-810G, Method 507.5.
The
basic test will consist of 10 x 24 hour cycles with one 24 hour conditioning
period.
Operational check out every 5 cycles. 1 UUT (AS-4708 HEMI), Qty 1 lot (NTE 11
days)
Item 0004 SOW paragraph 3.2 Humidity Testing. MIL-STD-810G, Method 507.5.
The
basic test will consist of 10 x 24 hour cycles with one 24 hour conditioning
period.
Operational check out every 5 cycles. 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 11
days)
Item 0005 Paragraph 3.3 Salt Fog Testing. MIL-STD-810G, Method 509.5. The
basic
test will consist of 4 x 24 hour cycles, 24 hours salt and 24 hours spray
conducted twice.
(2x wet/2x dry). 1 UUT (AS-4708 HEMI), Qty 1 lot (NTE 4 days)
Item 0006 SOW paragraph 3.3 Salt Fog Testing. MIL-STD-810G, Method 509.5.
The
basic test will consist of 4 x 24 hour cycles, 24 hours salt and 24 hours spray
conducted
twice. (2x wet/2x dry). 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 4 days)
Item 0007 SOW paragraph 3.4 Solar Radiation Testing. MIL-STD-810G, method
505.5,
Procedure I, Diurnal Cycle A1, and energy distribution shall be as specified in
TABLE
505.5-1 of Method 505. Seven Cycles maximum. 2 UUT (AS-4708 HEMI) & (AS-4710
HGIO). Both units tested at the same time, Qty 1 lot (NTE 7 days)
Item 0008 SOW paragraph 3.5 Blowing Rain Testing. MIL-STD-810G, method 506.4,
Procedure I. A total of four 30 minute cycles (wind directions) will be
adequate. 1 UUT
(AS-4708 HEMI), Qty 1 lot (NTE 1 day)
Item 0009 SOW paragraph 3.5 Blowing Rain Testing. MIL-STD-810G, method 506.4,
Procedure I. A total of four 30 minute cycles (wind directions) will be
adequate. 1 UUT
(AS-4710 HGIO), Qty 1 lot (NTE 1 day)
Item 0010 Temperature and Humidity Testing of the SSEE Mods Unit 1 and 2 Rack
plus
AIU Dated 09/11/2015, Qty 1 lot
Item 0011 Temperature and Humidity Testing. MIL-STD-810G, Method 502.5,
Procedure II, Basic Cold (-25C); 24 hour exposure with operational testing at
the end of
the 24 hour hold. 3 UUT. (AN/SSQ-134), Qty 1 lot (NTE 1 day)
Item 0012 Data Report for all testing combined, Qty 1 lot
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number: N66001-17-Q-7074
e. Requested delivery date: Thirty (30) days after receipt of order please
state actual
lead time on quote, if greater than stated
f. Preferred method of shipment: FOB Destination
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-95 (01/19/2017) and Defense Federal Acquisition
Regulation
Supplement (DFARS), December 22, 2016. It is the responsibility of the
contractor to be
familiar with the applicable clauses and provisions.
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;
52.211-6, Brand Name or Equal
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:
52.203-6, Restrictions on Subcontractor Sales to the Government;
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
This RFQ closes June 5, 2017 at 9:00 A. M. Pacific Standard Time. Quotes must
be
uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC
Pacific/SimplifiedAcquisitions/N66001-17-Q-
7074.
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. If you are in
need of
assistance with eCommerce, please contact - SPAWAR HQ Contracts (Paperless)
Help
Desk, 23200,
[email protected].
The point of contact for this solicitation is Sonja Stevenson. Please include
RFQ N66001-
17-Q-7074 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register in
SAM
can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM
registration
means a registered DUNS, CAGE Code and Federal Tax ID Number.
Bid Protests Not Available