California Bids > Bid Detail

One each 16x16 Video Matrix, One each Video Matrix Digital Input card, one each Video Matrix Digital Sealed Output card and one each Video Matrix Digital Dual Input card

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159670038684817
Posted Date: Apr 6, 2023
Due Date: Apr 10, 2023
Solicitation No: N61340-23-R-0087
Source: https://sam.gov/opp/afc689b01a...
Follow
One each 16x16 Video Matrix, One each Video Matrix Digital Input card, one each Video Matrix Digital Sealed Output card and one each Video Matrix Digital Dual Input card
Active
Contract Opportunity
Notice ID
N61340-23-R-0087
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC TSD
Office
NAWC TRAINING SYSTEMS DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 06, 2023 06:59 am EDT
  • Original Date Offers Due: Apr 10, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Alameda , CA 94501
    USA
Description

Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order with a small business set-aside via a sole source. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. All information shall be furnished at no cost or obligation. The failure of a contractor to provide information sufficient to determine conformance and capability to meet the Government’s requirement will result in a determination of non-capability. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government.Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order with a small business set-aside via a sole source. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. All information shall be furnished at no cost or obligation. The failure of a contractor to provide information sufficient to determine conformance and capability to meet the Government’s requirement will result in a determination of non-capability. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government.



This announcement constitutes the only solicitation; this is a request for non-competitive quotes and a written solicitation will be issued. Synopsis N61340-23-R-0087 is issued to notify industry of the Government's intent to procure the subject supplies. The synopsis incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov inclusive, but not limited to, Federal Acquisition Circular (FAC) 2023-02 published on 16 March 2023.



The associated North American Classification System (NAICS) code is 334310: Audio and Video Equipment Manufacturing. This procurement is being solicited as a sole source.



This procurement is to purchase:



CLIN 0001: One (1) each 16x16 Video Matrix, Part # LX18.



CLIN 0002: One (1) each, Video Matrix Digital Input Card, Part #LX18 DI.



CLIN 0003: One (1) each, Video Matrix Digital Sealed Output Card, Part #LX18 SK.



CLIN 0004: One (1) each, Video Matrix Digital Dual Input Card, Part #LX18 XI.



Interested sources submitting a quote shall ensure compliance with the FAR Provisions discussed for this sole source procurement.



Delivery date for CLINS 0001-0004:



FOB Destination to:



NAWCTSD



12211 Science Drive



Orlando, Florida 32826-3224



POC: Willie Bert





The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference:



FAR



52.202-1 Definitions (Jun 2020)



52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020)



52.204-7 System for Award Management (Oct 2018)



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)



52.204-20 Predecessor of Offeror (Aug 2020)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)



52.212-1 Instructions to Offerors – Commercial Items (Jun 2020)



52.212-3 Alternate 1, Offeror Representations and Certifications – Commercial Items (Oct 2014)



52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation 2018-O0021) (Sep 2018)



52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) (Nov 2020)



52.219-28 Post-Award Small Business Program Representation (Nov 2020)



52.219-33 Nonmanufacturer Rule



52.222-3 Convict Labor



52.222-19 Child Labor-Cooperation with Authorities and Remedies- (Dec 2022)



52.222-50 Combating Trafficking in Persons (Nov 2021)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)



52.225-18 Place of Manufacture (Aug 2018)



52.232-1 Payments (Apr 1984)



52.232-11 Extras (Apr 1984)



52.232-33 Payment by Electronic Funds Transfer – System for Award Management (Oct 2018)



52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)



52.233-1 Disputes (May 2014)



52.233-2 Service of Protest (Sep 2006)



52.233-3 Protest after Award (Aug 1996)



52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004)



52.243-1 Changes – Fixed Price (Aug 1987)



52.246-2 Inspection of Supplies – Fixed-Price (Aug 1996)



52.247-34 F.O.B. Destination (Nov 1991)



52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)



52.252-2 Clauses Incorporated by Reference (Feb 1998)



52.252-6 Authorized Deviations in Clauses



DFARS



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)



252.203-7003 Agency Office of the Inspector General



252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)



252.204-7003 Control of Government Personnel Work Product (Apr 1992)



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services - Representation



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 (Dec 2019)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2020)



252.211-7003 Item Unique Identification and Valuation



252.211-7008 Use of Government-Assigned Serial Numbers



252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)



252.225-7001 Buy American and Balance of Payments Program (Dec 2017)



252.225-7048 Export Controlled Items (June 2013)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)



252.232-7010 Levies on Contract Payments (Dec 2006)



252.244-7000 Subcontracts for Commercial Items (Oct 2020)





No financing will be provided for the resulting award.



All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.



All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at www.acquisition.gov.



This notice of intent is a request for proposals. Any questions shall be submitted to Mr. Otis Nattiel at otis.m.nattiel.civ@us.navy.mil responses shall reference N61340-23-R-0087 on both the email and all enclosed documents. Responses to this notice are requested to be provided no later than 10:00 AM EST 10 April 2023. A determination by the Government to open the requirement to competition is solely within the discretion of the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 06, 2023 06:59 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >