Inactive
Notice ID:N00421-19-Q-0417
Solicitation Number Procurement Type Date Posted N00421-19-Q-0417 Combined Synopsis/Solicitation 29 July 2019 Title Atlantic Test Range Test Communications Branch Mission Voice Platform (MVP) System, ...
Solicitation Number Procurement Type Date Posted N00421-19-Q-0417 Combined Synopsis/Solicitation 29 July 2019 Title Atlantic Test Range Test Communications Branch Mission Voice Platform (MVP) System, Hardware, and Software Engineering Support Classification Code 5895 - Miscellaneous Communication Equipment NAICS Code 334290 - Other Communications Equipment Manufacturing Is this a Recovery and Investment Act Action? No This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement is a request for proposal (RFP). This requirement is being synopsized as an unrestricted acquisition under the North American Industry Classification System (NAICS) code 334290, Size Standard of 750 employees, PSC code 5895. The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.11) at Patuxent River, MD has a requirement for hardware and technical support services for the Compunetix Mission Voice Platform System. This system is an integral component of the Atlantic Test Range Test Communication Branch. Contractors shall provide the Mission Voice Platform test communications products and Engineering Support, developed by Compunetix which is being used by the Atlantic Test Range Communications Branch as detailed in the Requirements List and the Statement of Work attached. Required Delivery Date: September 25, 2019 - September 24, 2024 Acceptance and Delivery will be to: Atlantic Test Range 23013 Cedar Point Road, Building 2118 Patuxent River, MD 20670 Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 3272 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 on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. 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 13 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. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018) is incorporated by reference. Proposals are due to Walter Williams, Contract Specialist, at walter.williams3@navy.mil by 1:00 PM Eastern Local Time, Tuesday, 13 August 2019.