Inactive
Notice ID:N6660419Q2353
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format...
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A separate, written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660419Q2353. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to NaturalPoint, Inc. DBA OptiTrack, CAGE Code 32QU0, Corvallis, OR for the following items: CLIN PART NO. DESCRIPTION QTY 0001 HDWKEY Hardware Key 1 0002 P41 Prime 41 12 0003 MTV-TKR Motive: Tracker 1 0004 MKR127M4-10 12.7 mm (1/2") M4 Markers - 10 pack 1 0005 MKR140M4-10 14 mm (9/16") MR Markers - 10 pack 2 0006 CS-400 CS-400 Calibration Square 1 0007 CW-500 CW-500 Calibration Wand Kit 1 0008 CBL1060 Ethernet Cable, Cat 6 : 100 feet 6 0009 CBS1035 Ethernet Cable, Cat 6 : 50 feet 7 0010 MOD1012 Intel I210-T1 1 0011 TRA1010 Manfrotto Super Clamp with 3-way Head (#056, #035 & #037) 12 0012 SWT1070 NETGEAR ProSafe GS728TPP 1 0013 Shipping - UPS Required delivery date: 31 August 2019 F.O.B. Destination to Naval Station Newport, Newport, RI 02841 This requirement is being solicited on a sole source basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs. See attached Sole Source Justification. The North American Industry Classification System (NAICS) Code is 334419, Other Electronic Component Manufacturing. The Small Business Size Standard is 750 employees. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. The Government's preferred payment method is via credit card. If UID applies, payment will be via Wide Area Workflow (WAWF). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls and 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information apply to this solicitation. DFARS 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors applies to this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM) to be eligible for award. Instructions for registration are available on the SAM website. Section 508 does not apply. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Offers shall include price and delivery terms with separate CLIN pricing that includes shipping. In addition, offers shall include the following information: point of contact information (including phone number and email address) and contractor CAGE code. Quotes must have a validity of no less than 30 days. Offers shall be submitted via e-mail to Carrie Rochelle at carrie.rochelle@navy.mil. Offers must be received on or before 5:00 p.m. Eastern Standard Time (EST) July 16, 2019. Offers received after this date will not be considered for award. For information on this acquisition, please contact Carrie Rochelle at carrie.rochelle@navy.mil or (401) 832-6562.