SecurL System
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 18, 2022 06:40 am EDT
- Original Date Offers Due: Aug 24, 2022 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 08, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance: Washington , DC 20318USA
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued.
The Request for Quotation (RFQ) number for this announcement is N00189-22-Q-Z341. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and the most recent DFARS Publication Notice made effect 20 May 2021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following address: https:/www.acquisition.gov/far/. The NAICS code for this acquisition is 334220 and the corresponding Small Business Size Standard is 1,250 employees. The proposed contract action is being solicited on a Firm Fixed Price (FFP) basis and awarded to InTech Defense, LLC, 4150 Lafayette Center Dr. Ste 700, Chantilly, CA on a sole source basis pursuant to the authority set forth at FAR Part 13.5 in accordance with 41 U.S.C.1901.
This RFQ is NOT a request for competitive quotes. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) for six SecurL Systems, an upgrade from its currently owned SecurX Systems. The SecurL provides a Tempest tested power and network supply to the RF Shielded tents that are currently in the JSSO TCIB inventory. The SecurL system has an air pump that connects to the tents inflatable frame and detects when the frames air pressure drops below a certain value and automatically reinflates the frame. The SecreL Systems are compatible with the tents currently in inventory that are not yet being replaced. No other company makes a similar system that is compatible with the tents that are inventory.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
It is intended to award a single FFP Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure:
CLIN 0001: Product # SECURL-C110-UPG Qty. 6 each
The required delivery date is 90 days after award. The delivery location is 9300 Joint Staff Pentagon, Room 2D827, Washington DC, 20318-9300. Inspection and acceptance will be performed by the Government at Destination.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition along with an addenda that includes the following clauses applicable to this procurement:
52.203-18
Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation
JAN 2017
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
JAN 2017
52.204-7
System for Award Management
OCT 2018
52.204-13
System for Award Management Maintenance
OCT 2018
52.204-18
Commercial and Government Entity Code Maintenance
AUG 2020
52.204-22
Alternative Line Item Proposal
JAN 2017
52.209-5
Certification Regarding Responsibility Matters
AUG 2020
52.232-33
Payment by Electronic Funds Transfer--System for Award Management
OCT 2018
52.232-39
Unenforceability of Unauthorized Obligations
JUN 2013
52.247-34
F.O.B. Destination
NOV 1991
52.252-2
Clauses Incorporated By Reference
FEB 1998
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
SEP 2013
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7003
Control Of Government Personnel Work Product
APR 1992
252.204-7004
Antiterrorism Awareness Training for Contractors.
FEB 2019
252.204-7008
Compliance With Safeguarding Covered Defense Information Controls
OCT 2016
252.204-7012
252.204-7015
Safeguarding Covered Defense Information and Cyber Incident Reporting
Notice of authorized Disclosure of Information for Litigation Support
DEC 2019
MAY 2016
252.204-7016
Covered Defense Telecommunications Equipment or Services
DEC 2019
252.211-7003
Item Unique Identification and Valuation
MAR 2022
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
DEC 2018
252.247-7023
252.225-5056
Transportation of Supplies by Sea
Prohibition Regarding Business Operations with the Maduro Regime
FEB 2019
MAY 2022
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses cited in the clause that are applicable to the acquisition are as follows: b(1), b(4), b(8), b(22), b(27), b(28), b(29), b(30), b(32), b(44), b(47), b(51) and b(58)
The sole source quoter is advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The following representations and certifications also apply and require completion:
52.204-26
Covered Telecommunications Equipment or Services-Representation
OCT 2020
52.209-11
Representation by Corporations Regarding Delinquent Tax Liability
FEB 2016
252.204-7017
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
DEC 2019
252.204-7018
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
JAN 2021
252.225-7055
Representation Regarding Business Operations with the Maduro Regime MAY 2022
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition any addenda to the provision. Paragraphs (e) and (h) of this FAR 52.212-1 provision do not apply to this acquisition.
The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision is as follows: Award will be made on a sole source basis to InTech Defense LLC
The time and date for receipt of the sole source quote is 4:00 PM Eastern Standard Time on 24 August 2022. The quote shall be submitted via email to the attention of Yasmin Mohamed at yasmin.a.mohamed.civ@us.navy.mil. Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached at 267-231-5833 or email yasmin.a.mohamed.civ@us.navy.mil.
******* End of Combined Synopsis/Solicitation ********
Attachments/Links
Contact Information
Contracting Office Address
- ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
- NORFOLK , VA 23511-3392
- USA
Primary Point of Contact
- Yasmin Mohamed
- yasmin.a.mohamed.civ@us.navy.mil
- Phone Number 2672315833
Secondary Point of Contact
History
- Sep 08, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)