이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Oscilloscopes
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.07.28
원본

 

공고명: Oscilloscopes

게시일: 2017/07/26

마감일: 2017/08/10

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

SPMYM3-17-Q-3062


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Jul 25, 2017 4:30 pm
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found 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.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS.  The RFQ number is SPMYM3-17-Q-3062.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222.  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 these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 334515 and the Small Business Standard is 750.  This requirement is being processed under full and open competition after exclusion of sources. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility.    Potential contractors will be screened for responsibility in accordance with FAR 9.104. A reverse auction may be held. THIS MATERIAL IS BRAND NAME MANDATORY TO TEKTRONIX DUE TO THE NEED FOR COMPATIBILITY WITH EXISTING EQUIPMENT.  OFFERS FOR OTHER THAN THE TEKTRONIX BRAND WILL NOT BE CONISDERED FOR AWARD. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001:  Tektronix Model DPO5054B Oscilloscopes.  Quantity of 2 (two) each. Applicable Clauses and other conditions: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.211-9014  Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.215-9023, Reverse Auction 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003. Control of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.211-7003 Item Identification and Valuation 252.223-7008  Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:  52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.   Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. Additional contract terms and conditions applicable to this procurement are:  DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023  Transportation of Supplies By Sea Local Clauses: YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard  If you need a copy of these clauses, please contact Rachel McCluskey at Rachel.mccluskey@navy.mil This announcement will close at 9:00AM EST on August 10, 2017.  The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.    52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/. If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-1251, via email at Rachel.mccluskey@navy.mil  or through the mail to: Rachel McCluskey  Code 503.RM Bldg 153, 6th Floor Portsmouth Naval Shipyard Kittery, Maine 03904  All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Contracting Office Address :

P O Box 3990 Columbus, Ohio 43218-3990 United States


Place of Performance :

Kittery, Maine 03904 United States


Primary Point of Contact. :


Rachel J. McCluskey

rachel.mccluskey@navy.mil

Phone: 207-438-6818

Fax: 207-438-1251

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=b8c0c8bdc01bd9ea1a3721f3b4415b81&tab=core&_cview=0