Inactive
Notice ID:1300947035
THIS NOTICE IS A REQUEST FOR PROPOSALS. This announcement constitutes the only solicitation and a written solicitation will not be issued. This requirement is being synopsized as a small business set ...
THIS NOTICE IS A REQUEST FOR PROPOSALS. This announcement constitutes the only solicitation and a written solicitation will not be issued. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 335999, and PSC Code 6695. ****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. **** The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, FCIU-FC16 units in support of the Air Instrumentation Division (AID). The contractor shall provide: Two (2) of the Avionics Interface Technology (AIT) Fiber Channel Interface Unit (FCIU), P/N FCIU-FC16. These FCIUs are being purchased to support the VX-23 High Order Language (HOL) mission computer program and will be installed on F/A-18E/F SD125. Upon completion of the program, the units will be added to the Special Flight Test Instrumentation Pool (SFTIP) inventory to be reutilized to support future programs. In addition to the FCIUs, the purchase request includes a quantity two (2) each of the FCIU J2 Serial PCM/Ethernet setup cable P/N CBL-LVBD-PROCIO; a quantity two (2) each of the FCIU Power Cable P/N CBL-LVBD-PWR and a quantity two (2) each of the one-year software update support and warranty extension P/N SUPT-FC16. Deliverables: 1- P/N: FCIU-FC16 Fibre Channel Interface Unit QTY 2 2- P/N: CBL-LVBD-PROCIO FCIU (J2) Serial PCM and Ethernet setup cable, 10 foot QTY 2 3- P/N: CBL-LVBD-PWR 38999 to 2.5mm Barrel Power receptacle 10 feet QTY 2 4- P/N: SUPT-FC16 One year software update support and warranty extension QTY 2 Delivery Date: Delivery is expected with 26 weeks of receiving the order (ARO). Please see attached Statement of Work (SOW). This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability. Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting O?ice Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. Please provide the following information with your quote: 1. CAGE Code: 2. DUNS#: 3. Payment Terms of NET 30. 4. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list, please provide a copy. All price listings will be kept confidential. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) 5. Estimated Delivery Date or Period of Performance: 6. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.