General Standards Corporation Peripheral Component Interconnect Express (PCIe) cards

expired opportunity(Expired)
From: Federal Government(Federal)
N66001-20-Q-6659

Basic Details

started - 15 Jul, 2020 (about 3 years ago)

Start Date

15 Jul, 2020 (about 3 years ago)
due - 16 Jul, 2020 (about 3 years ago)

Due Date

16 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
N66001-20-Q-6659

Identifier

N66001-20-Q-6659
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE NAVY (156968)SPAWAR (5389)SPAWAR PACIFIC (3576)NIWC PACIFIC (3576)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment #1: First, a prospective vendor requested a one-day extension. This amendment grants that extension. This RFQ closes on 16 July, 2020 at 15:00 PDT. Second, the Government found it necessary to include the following statement to this solicitation: The statement below applies to all CLIN(s): "The quoter certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The quoter further certifies that it is authorized by the manufacturer to sell the product(s). The quoter is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the quoter shall also identify the country of manufacture and indicate one of the following, if applicable: •
Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content • Originally foreign manufactured products substantially transformed in the United States or a designated country The quoter assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By submitting a quote, the quote acknowledges that a full or partial termination for default/cause for non- compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the quoter was not authorized by the manufacturer to sell the product in the U.S." If your previously submitted quote does not comply with this statement, you are permitted to submit a revised quote before the due date. Please note that revised quotes submitted after the due date may not be accepted. Please note: This RFQ closes on 16 July, 2020 at 15:00 PDT. -- RFQ # N66001-20-Q-6659 This is a combined synopsis/solicitation for General Standards Corporation Peripheral Component Interconnect Express (PCIe) cards prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. NIWC Pacific is issuing this solicitation N66001-20-Q-6659, as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20200408. THIS IS A FAR 11.105 BRAND NAME REQUIREMENT: GENERAL STANDARDS CORPORATION, DO NOT SUBSTITUTE REQUIREMENT. The purpose of this action is to purchase the following items based upon the required CLIN Structure shown in C2.1 Encl (1): 3 x PCIe-24DSI64C200k-64-10V-100K-SRF-0 - 64 differential 24-Bit simultaneously-sampled analog input channels, 10V dynamic range. 1 x PCIe-24DSI64C200k-64-1.5V-100K-SRF-0 - 64 differential 24-Bit simultaneously-sampled analog input channels, 1.5V dynamic range. 3 x PNL-BNC-1x-24DSI64C200K - 64 differential 24-Bit simultaneously-sampled analog input channels. 4 x CBL6-PCIE-24DSI64C200K-JUM85 - Six Foot 85 PIN (two cables per board) 4 x CBL10-PCIE-24DSI64C200K-JUM85 - Ten Foot 85 Pin (two cables per board) Partial quotes may not be accepted. NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211- 7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. Delivery Date: 30 Days or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: NIWC Pacific ATTN: TBD 4297 Pacific Highway BLDG. OT7 San Diego, CA 92110 This requirement is a total small business set-aside for small business concerns, and only qualified quoters may submit quotes. The applicable NAICS code is 334418, Printed Circuit Assembly (Electronic Assembly). The small business size standard is 750 employees. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. It is the responsibility of the contractor to be familiar with the following provisions incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and Services- Alternate 1 (Oct 2014) FAR 52.237-1, Site Visit (Apr 1984) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) The provision at FAR 52.212-1, Instruction to Offerors – Commercial Items (Aug 2018) (Deviation 2018- O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted as specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, Cage Code and telephone number of the offeror (ensure Representation and Certifications are up to date in SAM.gov) (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Counterfeit IT Certification. By submission of a quote, the quoter certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The quoter further certifies that it is authorized by the manufacturer to sell the product(s). (6) Terms of any express warranty. If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price; (7) Price and any discount terms. The quote shall provide pricing for each individual item listed above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). (Note: Ensure FOB Destination shipping costs are included in the pricing.) (8) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (10) Acknowledgment of Solicitation Amendments, if applicable; (11) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (12) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of purchase order. Quotations should contain the quoter's best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee (2) Most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4- character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address (es): Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018), applies to this acquisition. Addenda are not attached. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (JUN 2019) applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2019) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2019) FAR 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013) FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2019) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR52.222-50, Combating Trafficking in Persons (JAN 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) Additional contract terms and conditions to this procurement are: FAR 52.201-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEPT 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident reporting (OCT 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.211-7008, Use of Government- Assigned Serial Numbers (SEPT 2010) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008, Sources of Electronic Parts (May 2018) The Government reserves the right to add/ remove clauses on the resulting contract, as required by regulations and statutes. Evaluation Factors: The following factors shall be used to evaluate offers: Factor I – Technical Acceptability: The Government will evaluate quotations to ensure the services provided conform to the Statement of Work. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available on System for Award Management (SAM) and FAPIIS (Federal Awardee Performance and Integrity Information System). The Government reserves the right to award to the supplier whose quotation represents the best value to the Government. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis for Award: The Government will award a contract to the responsible vendor whose quote will be the most advantageous to the government, price and other non-price factors considered. The above factors, in descending order of importance, will be used to evaluate quotes submitted to the Government; the combined non-price factors are more important than price. Nevertheless, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Due Date and Submission Information Eligible Quoters: All quoters must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means quoters shall have registered CAGE and DUNS Codes. RFQ Due Date and Submission Requirements: This RFQ closes on 15 July, 2020 at 15:00 PDT. Quotes must be based upon the required CLIN Structure shown in C2.1 Encl (1) and uploaded on the NAVWAR e- Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6659. Please complete and submit Encl 2, Telecommunications Provisions with your quote. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. For information regarding this solicitation, contact Ryan Conrad at 619-553-5585 or ryan.s.conrad@navy.mil. For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. RFQ ATTACHMENTS 1. Encl 1 CLIN Structure 2. Encl 2 Telecommunications provisions 3. Encl 3 Redacted JNCP

53560 HULL STREET  SAN DIEGO , CA 92152-5001  USALocation

Place Of Performance : 53560 HULL STREET SAN DIEGO , CA 92152-5001 USA

Country : United StatesState : California

Classification

naicsCode 334418Printed Circuit Assembly (Electronic Assembly) Manufacturing
pscCode 59Miscellaneous Electrical and Electronic Components