Search Trade Leads
The National Guard - North Carolina requires the following items, Brand Name or Equal, to the following:
LI 001: Motorola APX7000 DIGITAL PORTABLE RADIO or equal w/ smartzone operation, VHF secondary band, Dual band OP, Astro Digital CAI Op, 7/800MHZ primary band, large color display and full keyboard, LIION inpress ul/csa rugged 2300M, P25 9600 Baud Trunking, front panel programming(federal) Equal specs: multi-band interoperability 700/800 MHz ,VHF, UHF Range 1, and UHF Range 2 offers backward and forward compatibility (FDMA and TDMA), large color display and integrated GPS for outdoor location tracking., 6, EA;
LI 002: CHR IMP SUC EXT US/NA/CA/LA, IMPRES Single-Unit Rapid Rate Charger, 120V (US Plug) for APX6000/7000 Series Radios or equal charger for portable radio bid, 6, EA;
LI 003: SUBSCRIBER PROGRAMMING for radios, 294, 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, National Guard - North Carolina 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - North Carolina 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 bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 clientservices@fedbid.com.Use 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.
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 close 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 regulations 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: FAR 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 and 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/.
27607
US
ORIGIN. The Government physically does not have in its possession
sufficient,accurate, or legible data to purchase this part from other than the current source(s). The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data
available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP
WSS) Source Approval Information Brochures listed below. Spares:
www.neco.navy.mil/sar.aspx Repair: www.neco.navy.mil/sarr.aspx These brochures identify the technical data required to be submitted based on your company's
experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being
evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to
provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be
considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue
based on Fleet support needs. The NAVSUP WSS Commercial Item Identification
Brochureis now available at: "https://www.neco.navy.mil/cib.aspx".
Solicitation 1
Amendment 1
EMAIL KENNETH.ODONNELL@DLA.MIL
Solicitation
Keyport, Washington 98345-7610
United States
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. Competitive quotes are
being
requested under N66001-16-T-7459. This requirement is set-aside for small
businesses,
NAICS code is 334220 and the size standard is 1250 employees.
THIS IS A BRAND NAME REQUIREMENT.
"To be considered for award, the offeror certifies that the product being
offered is an
original and new [Persistent Systems, LLC] product, and that the subject
products are
eligible for all manufacturer warranties and other ancillary services or
options provided
by the manufacturer. Offeror further certifies that it is authorized by the
manufactures to
sell the [Persistent Systems, LLC] product in the U.S. Offerors are required to
submit
documentation with the offer identifying its supply chain for the product, that
all products
are new and in their original [Persistent Systems, LLC] packaging. By making an
offer,
offeror also consents to cancellation of award if, upon inspection after
delivery, any
products provided are not recognized or acknowledged by the manufacturer as new
and
original products that are eligible for warranties and all other ancillary
services or options
provided by the manufacturers or that Offeror was not authorized by the
manufacturer to
sell the Persistent Systems, LLC [] product in the U.S."
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per
DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for
the UID
Label, please quote a separate line item.
Line Item 0001:
WAVE RELAY GEN 4 SINGLE RADIO ROUTER
WITH 20-PIN FLEX CABLE INTERFACE (BOARD ONLY) WITH ONE (1) 2.3 - 2.5 GHZ 2W
HIGH-POWER RADIO MODULE, INTEGRATED GPS RECEIVER, AND (2) ETHERNET PORTS.
3.9 X 2.6 INCHES. FIPS 140-2 LEVEL 1 VALIDATED. SUITE B ALGORITHMS. UNIT
INCLUDES BREAKOUT BOARD
P/N: WR-BRD3-12-F (Persistent Systems, LLC)
QTY: 4 EA
Line Item 0002:
MPU4 DISMOUNT RADIO W 2W S-BAND MODULE
(2.3-2.5GHZ) UNIT INCLUDES TWIST LOCKING BATTERY PACK. FIPS 140-2 LEVEL 2
P/N: WR-MPU4-12 (Persistent Systems, LLC)
QTY: 2 EA
Line Item 0003
MPU ANTENNA WITH SPRING BASE
2.3-2.5GHZ 2DBI RP-TNC MALE
P/N: WR-ANT-053 (Persistent Systems, LLC)
QTY: 2 EA
Line Item 0004
GPS ANTENNA SMA-MALE STUB ANTENNA
(3.3V ACTIVE)
P/N: WR-ANT-071 (Persistent Systems, LLC)
QTY: 2 EA
Line Item 0005
CABLE, MALE , 30 INCH MPU3/MPU4
19-PIN TO RJ-45
P/N: CBL-043 (Persistent Systems, LLC)
QTY: 2 EA
Line Item 0006
TWIST-LOCK BATTERY
P/N: BAT-06 (Persistent Systems, LLC)
QTY: 2 EA
Line Item 0007
2-BAY DESKTOP BATTERY CHARGER
ACCOMODATES TWO (2) BAT-06
P/N: BAT-11 (Persistent Systems, LLC)
QTY: 1 EA
Line Item 0008
UID Label/s (if not included in price)
QTY:
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per
DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for
the UID
Label, please quote a separate line item
Line Item 0009
Shipping Charge: (if not included in price)
If there is a separate shipping cost (Not Included in Price) and (Not a Firm
Fixed Price
Less Than $100.00), supporting documentation will be required substantiating
shipping
charges.
QTY: 1 Lot
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-88 (5/16/2016) and Defense Federal Acquisition
Regulation
Supplement (DFARS), 10 May 2016. It is the responsibility of the contractor to
be
familiar with the applicable clauses and provisions. The clauses can be
accessed in full
text at www.farsite.hill.af.mil.
FAR 52.252-2 (http://farsite.hill.af.mil)
DFARS 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)
DFARS 252.204-7012 (Dev) SAFEGUARDING COVERED DEFENSE INFORMATION AND
CYBER INCIDENT REPORTING (Oct 2015)
DFARS 252-204.7008 (Dev) (Oct 2015)
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract
Terms and Conditions Commercial Items, incorporated by reference, applies to
this
acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFARS 252.212-7000 Offeror Representations and
Certifications--
Commercial Items applies to this acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3,
Convict
Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and
Remedies
(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26,
Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign
Purchases
(E.O.'s, proclamations, and statutes administered by the Office of Foreign
Assets Control
of the Department of the Treasury), 52.232-33, Payment by Electronic Funds
Transfer
Central Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive OrdersCommercial Items
(Deviation) also applies to this acquisition, 52.204-99, System for Award
Management
Registration (Deviation), 52.222-36, Affirmative Action for Workers with
Disabilities,
52.204-2, Security Requirements, 2012-00007 Class Deviation- Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law,
DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS
252.204-7000
(Disclosure of Information), DFARS 252.204-7012 (Safeguarding of Unclassified
Controlled Technical Information) .
DFARS 252.203-7998 Prohibition on Contracting with Entities that Require
Certain
Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)
(FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information.
(End of provision)
DFARS 252.203-7999 Prohibition on Contracting with Entities that Require
Certain
Internal Confidentiality Agreements. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to
report
fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or
statements prohibiting or otherwise restricting such employees or contactors
from
lawfully reporting such waste, fraud, or abuse to a designated investigative or
law
enforcement representative of a Federal department or agency authorized to
receive
such information.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any
internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use
of funds
appropriated (or otherwise made available) under that or any other Act may be
prohibited, if the Government determines that the Contractor is not in
compliance with
the provisions of this clause.
(2) The Government may seek any available remedies in the event the
Contractor
fails to perform in accordance with the terms and conditions of the contract as
a result of
Government action under this clause.
(End of clause)
To respond to this announcement, you must be registered to the SPAWAR
E-Commerce
website at https://e-commerce.sscno.nmci.navy.mil, and upload your Quote/Bid
under
SSC Pacific/Simplified Acquisitions/N66001-16-T-7459.
This RFQ closes on 23 May 2016, at 0900 AM, Pacific Daylight Time (PDT).
Quotes
uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-16-T-
7459.
The point of contact for this solicitation is Gerald Burch, you must be
registered to the
SPAWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil, and
upload
your inquiry under SSC Pacific/Simplified Acquisitions/N66001-16-T-7459. Please
include
RFQ N66001-16-T-7459 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 and CAGE Code numbers
Contract Specialist
SECTION A
U.S. Government ~ Tax Exempt
Solicitation Information
All quotes/responses shall be submitted via email to Suzanne.M.Weber@navy.mil by Wednesday, May 25, 2016 no later than 12:00PM EST.
Solicitation N00421-16-T-0321 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and negotiate the proposed purchase order on a sole source basis with NOVATEL under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 13.106-1(b). Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov/vendor.cfm.
This is a firm fixed-price procurement; therefore, the offeror's intial offer should represent the vendor's best quote in terms of price and technical acceptability.
***Basis for Award***
The Government intends to award this on a sole source basis. All interested parties MUST submit their capabilities and a quote no later than 12:00PM EST by 5/25/2016. The Government will make a decision to consider other offers. The government will not pay for any information received.
***Instructions to Offerors***
Please include the following information with your response:
(1) FOB:
(2) Shipping Cost:
(3) Tax ID#
(4) Dun & Bradstreet #
(5) Cage Code:
(6) Small Business - Yes ___ No ___
(7) Estimated Delivery Date:
(8) If available on a Pricelist please provide a copy.
Government Point of Contact:
Suzanne Weber
Naval Air Warfare Center AD (PAX)
2.5.1 RAC, 21983 Bundy Road, BLDG 441
Patuxent River, MD 20670-1127
Email: Suzanne.M.Weber@navy.mil
RFQ
21983 Bundy Road Unit 7
Patuxent River, Maryland 20670
United States
United States
Top Trade Leads
Industries
- Aerospace and Defense (27) Agriculture and Forestry (14) Apparel (11) Automotive (16) Chemicals (15) Construction and Building Materials (49) Consumer Electronics (12) Contractors and Services (16) Electrical Equipment and Components (75) Electronic Equipment and Components (5) Food and Beverage (11) Food and Beverages (1) Furniture and Fixtures (24) General Manufacturing (53) Hand and Power Tools (9) Industrial Manufacturing (116) Leisure, Sport, Recreation (4) Lumber and Wood Products (8) Manufacturing (41) Mining and Metals (17) Miscellaneous Retail (16) Pharmaceuticals and Biotech (5) Printing and Publishing (1) Rubber & Plastic Products (14) Telecommunications (5) Textile Products (26) Transportation (1) Transportation Services / Equipment (29) Wholesalers (1)