SOLICITATION NOTICE
53 -- Humidity Indicator Blocks
- Notice Date
- 11/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N63394-16-T-0010
- Archive Date
- 12/22/2015
- Point of Contact
- RACHEL T. SMITH, Phone: 805-228-0442, SOLEDAD P. CREDO, Phone: 805-228-7570
- E-Mail Address
-
RACHEL.T.SMITH@NAVY.MIL, SOLEDAD.CREDO@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL, SOLEDAD.CREDO@NAVY.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted to the GPE accessed via the Internet at https://www.fedbizopps.gov, satisfying the requirement of FAR 5.201(b)(1)(i). The Solicitation number is N63394-16-T-0010 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 Effective 15 Oct 2015 and DFARS Change Notice 20151001. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ or http://www.arnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The associated North American Industrial Classification System (NAICS) code for this procurement is 332710 with a Small Business Size Standard of 500 employees. This requirement is a competitive, Small Business set-aside action and only qualified offerors may submit quotes. Please respond with the pricing and availability. The offeror must be registered in the System for Award Management (SAM) before an award can be made/issued to them. Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) intends to enter into a Firm Fixed Price contract for the following requirement: Description: (1) Humidity Indicator Blocks, P/N 7251153-1 - 5,000 each (2) ID Plate, P/N 5223030-11 - 5,000 each Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. ALL CHANGES/AMENDMENTS TO THIS REQUIREMENT THAT OCCUR PRIOR TO THE CLOSING DATE WILL BE POSTED AT FEDBIZOPPS. IT IS YOUR RESPONSIBILITY TO CHECK THE WEB PAGE FOR AMENDMENTS AND ADDITIONAL INFORMATION RELATING TO THIS REQUEST FOR QUOTATION. FOR CHANGES MADE AFTER THE CLOSING DATE, ONLY THOSE OFFERORS THAT PROVIDE A PROPOSAL WILL BE PROVIDED THE CHANGES/AMENDMENTS AND CONSIDERED FOR FUTURE DISCUSSIONS AND/OR AWARD. The Government reserves the right to award on an all or nothing, or partial basis. POINTS OF CONTACT FOR THIS SOLICITATION: RACHEL T. SMITH; 805-228-0442 (V); 805-228-6299 (F); rachel.t.smith@navy.mil AND SOLEDAD P. CREDO; 805-228-7570 (V) soledad.credo@navy.mil In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Country of Origin of the manufactured items: (6) If freight charges apply, please provide firm fixed price cost to Port Hueneme, CA 93043-4711: (7) Lead Time or Period of Performance: (8) Is your company OEM or PROPRIETARY for these products? (9) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). Vendor must be currently active in the Central Contractor Registration (CCR) database. This registration is free and can be accessed at the System for Award Management (SAM) website, https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items, evaluation factors (1) Price, (2) Technical Capability of the item offered to meet the Government requirements. The Government intends to award to the lowest price that meets our technical specifications. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, include a completed copy of the provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33; and the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Rachel T. Smith and Soledad P. Credo by E-Mail to: Rachel.T.Smith@navy.mil and Soledad.Credo@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0232, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 11:00 am Eastern and 8:00 am Pacific Time, 07 December 2015. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. U.S. GOVERNMENT - TAX EXEMPT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0010/listing.html)
- Place of Performance
- Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, CODE 0232, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN03955857-W 20151129/151127233312-35c39c51dd4254fddaee99f2066b1a49 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |