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 |