Video Transmission Test Sets
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Dec 15, 2022 01:00 pm EST
- Original Published Date: Jul 11, 2022 03:26 pm EDT
- Updated Date Offers Due: Aug 02, 2022 04:00 pm EDT
- Original Date Offers Due: Jul 26, 2022 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 17, 2022
- Original Inactive Date: Aug 10, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
- NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Place of Performance: Lakehurst , NJ 08733USA
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is N6833522Q0276 and is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.
(iv) The North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750 employees. This requirement is a total small business set aside and only qualified sellers may submit bids.
(v) The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following:
LI 0001: Video Transmission Test Set (VTTS) PN: 750-7600-002, Qty: 2, EA
(vi) See Attachment 001-Statement of Work for full description of requirements and delivery information.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition.
"FAR Provision 52.212-2 Evaluation - Commercial Items apples to this procurement.
The Contracting Officer will select the offer that is most advantageous to the Government based on the factors contained in the solicitation. To evaluate Offerors, all quotes will be reviewed for compliance with the terms, conditions, and requirements set forth in the solicitation. Each Offeror will either be Eligible or Ineligible for award. Offerors who do not conform to the solicitation will be deemed Ineligible for award. The Government is not responsible for locating or obtaining any information not identified in the quote. Quotes that do not conform to the requirement of the solicitation may be rejected without further evaluation, deliberation, or discussion.
To be considered Eligible for award, offerors shall
(1) Propose the exact match of the original Equipment Manufacturer's part Number listed in the solicitation; OR
(2) Propose an "Equal" product. Eligibility of "Equal" products of the brand name manufacturer shall be determined based on the evaluation of the descriptive literature provided by the offeror to ensure that the proposed item meets all salient physical, functional, and/or performance characteristics in accordance with FAR 52.211-6 -- Brand Name or Equal."
(x) Please include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your offer.
(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
(xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
(xiii) Additional clauses, provisions, and requirements:
FAR 52.204-7: System for Award Management
FAR 52.204-13: System for Award Management Maintenance
FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems
DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020: NIST SP 800-171 DoD Assessment Requirements
DFARS 252.211-7003: Item Unique Identification and Valuation
DFARS 252.223-7008: Prohibition of Hexavalent Chromium
DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic
DFARS 252.225-7002: Qualifying Country Sources As Subcontractors
DFARS 252.225-7012: Preference For Certain Domestic Commodities
DFARS 252.225-7013: Duty-Free Entry—Basic
DFARS 252.225-7016: Restriction on Acquisition of Ball and Roller Bearings
DFARS 252.225-7003: Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.246-7008: Sources of Electronic Parts
(xv) Please submit quotes by 4:00 PM EST on 26 JULY 2022 to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.
(xvi) Please contact Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil (848-240-2623) for information regarding this requirement.
Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.
NOTICE OF EXPORT CONTROLLED DATAWARNING & HOW TO REQUEST SALIENT CHARACTERISTICS:
SPECIFICATIONS MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22U.S.C. SEC 2751 ET.SEQ) OR EXECUTIVE ORDER 2470. VIOLATIONS OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALITES. THEREFORE YOUR ATTENTION IS DIRECTED TO FAR CLAUSE 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013). INTERESTED PARTIES MAY NOT RECEIVE EXPORT CONTROLLED DATA/DRAWINGS WITHOUT FIRST PROVIDING THE CONTRACTING OFFICE WITH A COPY OF THEIR VALID CERTIFICATION DD2345. Please submit a valid DD2345 no later than 10 business days after release of this combined synopsis/solicitation via email to Alexander Buchan, at alexander.g.buchan2.civ@us.navy.mil. Your DD2345 will be reviewed and if found valid and complete, the salient characteristics, drawings, and download instructions will be sent electronically to the data custodian designated on the DD2345 through the DoD SAFE web application at https://safe.apps.mil/. For more information on Form DD2345, contact the Joint Certification Program (JCP) by email at JCPADMIN@DLA.MIL or by phone at (877) 352-2255. You can also visit JCP on the web to obtain further instructions, and review FAQs at https://www.dla.mil/Logistics-Operations/Services/JCP/
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Alexander Buchan
- alexander.g.buchan2.civ@us.navy.mil
- Phone Number 8482402623
Secondary Point of Contact
History
- Jan 14, 2023 11:58 pm ESTCombined Synopsis/Solicitation (Updated)
- Dec 15, 2022 01:00 pm ESTCombined Synopsis/Solicitation (Updated)
- Aug 17, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 11, 2022 03:26 pm EDTCombined Synopsis/Solicitation (Original)