To place a bid or register go to Unison Marketplace

View Details for Buy # 1054371

General Buy Information

Buy #: 1054371  
Solicitation #: N0060421Q4017
Buy Description: Orolia NetClock
Category: 66 -- Instruments and Laboratory Equipment
Sub Category: 6625 -- Electrical and Electronic Properties Measuring and Testing Instruments
NAICS: 334519 -- Other Measuring and Controlling Device Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: FLC - Pearl Harbor
End Date: 02/05/2021
End Time: 17:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 1200‐011: SecureSync Time and Frequency Synchronization System with AC power. Standard OCXO oscillator, and without commercial GNSS module (an Option Card with an input reference must be added). Includes an ancillary kit, CD documentation, and quick start guide. Order an AC power cord as a no charge line item. 5 Year Warranty 5 EA
002 CA06R‐1513‐0001: AC Power Cord, North America NEMA 5‐15 compliant plug to C13 style coupler (IEC60320),18AWG,10A,250V, 70C. Cost is included in the price of the unit. 5 EA
003 1204‐1C: SecureSync Option Card with 3 x 10 MHz Outputs. Limit 4 per system.(Includes ancillary kit and installation guide if purchased uninstalled) To be mounted in the first 3 slots Left to Right in the 1200‐011 chassis. 5 Year Warranty 15 EA
004 1204‐05: SecureSync Option Card with (1) IRIG Input and (2) IRIG Outputs. Limit 6 per system. (Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty 5 EA
005 1204‐15: SecureSync Option Card with 4 x IRIG Outputs. Limit 6 per system. (Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty 5 EA
006 1204‐18: SecureSync Option Card with 4 x 1 PPS TTL level Outputs. Limit 6 per system.(Includes ancillary kit and installation guide if purchased uninstalled). 5 Year Warranty 5 EA
007 Estimated Shipping to HI 1 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Please attach filled 4.02 FAR 52.212-3 Nov 2020 Alt 1.docx with quotes
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Equipment Condition Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments allowed No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.
Offer period Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
SAM Registration SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.
52.204-7 52.204-7: System for Award Management
52.204-10 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 52.204-13: SAM Maintenance
52.209-6 52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 52.212-1: Instructions to Offerors -- Commercial Items
52.212-3 & Alt I 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4 52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.213-1 52.213-1: Fast Payment Procedure
52.213-2 52.213-2 : Invoices
52.219-6 52.219-6: Notice of Total Small Business Set-Aside
52.219-28 52.219-28: Post Award Small Business Program Rerepresentation
52.222-3 52.222-3: Convict Labor
52.222-19 52.222-19: Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21: Prohibition of Segregated Facilities
52.222-26 52.222-26: Equal Opportunity
52.222-36 52.222-36: Equal Opportunity for Workers With Disabilities
52.222-50 52.222-50: Combating Trafficking in Persons
52.223-18 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 52.225-13: Restriction on Certain Foreign Purchases
52.232-33 52.232-33: Payment by Electronic Funds Transfer - SAM
52.232-40 52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protests after Award
252.203-7000 252.203-7000: Requirements Relating to Compensation of Former DOD Officials
252.203-7005 252.203-7005: Representation Relating to Compensation of Former DoD Officials
252.204-7015 252.204-7015: Disclosure of Information to Litigation Support Contractors
252.211-7003 252.211-7003 : Item Unique Identification and Valuation
252.223-7008 252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001 252.225-7001: Buy American Act & Balance of Payments Program
252.232-7003 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 252.232-7006: Wide Area Workflow Payment Instructions
252.232-7010 252.232-7010: Levies on Contract Payments
252.239-7017 252.239-7017: Notice of Supply Chain Risk
252.244-7000 252.244-7000: Subcontracts for Commercial Items
252.247-7023 252.247-7023: Transportation of Supplies by Sea
52.203-19 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-16 52.204-16 Commercial and Government Entity Code Reporting
52-204-18 52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-10 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.233-4 52.233-4 Applicable Law for Breach of Contract Claim
52.252-5 52.252-5 Authorized Deviations in Provisions
52.252-6 52.252-6 Authorized Deviations in Clauses
252.204-7016 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.225-7012 252.225-7012 Preference for Certain Domestic Commodities
252.225-7972 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.225-7974 252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)"
252.246-7008 252.246-7008 Sources of Electronic Parts
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Shipping Information

City State   Zip Code
Pearl Harbor HI   96860

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: Please attach filled 4.02 FAR 52.212-3 Nov 2020 Alt 1.docx with quotes

Buy Attachment(s)

No. Document Name   Document Size
001 4_02_FAR_52_212-3_Nov_2020_Alt_I.docx   36 KB
002 FAR_Part_13_MFR_Other_than_Full_and_Open.pdf   178 KB