Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

59 -- WIAMan Electrical Connectors and Accessories

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911NF) RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF-16-T-0005
 
Archive Date
3/30/2016
 
Point of Contact
Kia S. McCormick, Phone: 9195494281
 
E-Mail Address
kia.s.mccormick.civ@mail.mil
(kia.s.mccormick.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ACC-APG-RTP is seeking electrical connectors and accessories supplies. This solicitation is being set aside 100% for small business concerns. The North American Industry Classification System (NAICS) code is 334417 and the size standard is 1,000 employees. All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive offerors will be considered by the agency. The entire solicitation will be made available on the Federal Business Opportunities (FBO) Web Site at http://www.fbo.gov. The solicitation can be only be accessed by this website. Paper copies will not be available. You may download the solicitation and email your quote in. Once the solicitation is posted, on 10 March 2016, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Quotes will be due on 15 March 2016 at 1200 EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 requirement is pending the availability of funding; thus, no award shall be issued until funding has been certified. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 (effective 1 FEB 2016) and DFARs Change Notice (DPN) 20151230 (effective 30 DEC 2015). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. All offers shall include an estimated delivery date, Tax ID (TIN), and Cage Code/Duns numbers. The government may consider any offers not meeting these requirements as unacceptable, thus resulting in elimination of your offer. The clause at FAR 52.211-6, Brand Name or Equal, shall be applicable to this solicitation. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. Any vendor offering equal items shall provide sufficient product literature for Government evaluation. REQUIREMENTS: 1. (QTY 200) each BNC Jack to Jack bulkhead adapter. 50 ohm Isolated ground. Amphenol RF part number 112439 or equivalent. 2. (QTY 150) each D-SUB connector plug, male pins 15-position Panel mount solder cup. ITT Cannon DA-15P-K87 or equivalent. 3. (QTY 150) each Metalized Plastic Backshell for 15-position DSUB connector plug. ITT Cannon DA12107350 or equivalent. 4. (QTY 300) each DSUB extended jackscrews #4-40 for matching connector plug (item 2) and Backshell (item 3). ITT Cannon 250-8501-010 or equivalent. 5. (QTY 75) each Mil Circular EMI/RFI Size 21 Backshell MIL-DTL M85049/1821N08A. MIL-SPEC item. Any manufacturer will do. 6. (QTY 26) each Mil-STD 38999 Series III-style RJ45 Ethernet jam nut receptacle nickel finish. Amphenol PCD RJFTV71N or equivalent. 7. (QTY 18) each MIL-STD 38999 Series III-style RJ45 Ethernet plugs nickel finish. Amphenol PCD RJFTV6MN or equivalent 8. (QTY 50) each MIL-STD 38999 Series III, 21-35 insert arrangement, nickel finish plug. MIL-DTL 38999/26FG35PN. 9. (QTY 26) each MIL-STD 38999 Series III, 21-35 insert arrangement, nickel finish jam nut receptacle. MIL-DTL 38999/24FG35SN. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. Technically acceptable offers will meet all requirements in the above Government's Statement of Requirement. Interested parties who believe they can meet all of the requirements for the items described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Aberdeen Proving Ground, MD 21005. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. All offers provided to the government shall be done on an all or none basis, and thus multiple awards shall not be issued. If you should have any questions or concerns please do not hesitate to contact ACC-APG-RTP Contracting Office via email at kia.s.mccormick.civ@mail.mil. Offers will be accepted until 15 March 2016 at 1200 EST. Request the quoted prices be good thru 30 Sep 2016. 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Interested offerors can access the full text of a solicitation provisions and clauses by internet URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK AND TO REGISTER SAM, BY INTERNET URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). OFFERORS MUST COMPLY WITH FAR 52.204-7, System for Award Management. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. The following FAR provisions and clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-10 Prohibition in Contracting with Inverted Domestic Corporations (NOV 2015) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. (OCT 2015) 52.212-2 Evaluation -- Commercial Items. (OCT 2014) 52.212-3 Offeror Representations and Certifications -- Commercial Items (NOV 2015) 52.212-3 (ALT I) Representations and Certifications-Commercial Items (OCT 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (FEB 2016) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representations (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (FEB 2016) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunities for Workers with Disabilities (JUL 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes- Fixed Price (AUG 1987) 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 52.252-6 Authorized Deviations in Clauses (APR 1984) The following DFARS clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1993) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.211-7003 Item Identification & Valuation (Dec 2013) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Provision Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American Act (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Acquisition of Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82043becab369685b7d5c3ebe91fcb02)
 
Place of Performance
Address: United States Army Research Laboratory, 1105 Spesutie Island Road, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04046826-W 20160312/160311000045-82043becab369685b7d5c3ebe91fcb02 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.