Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
MODIFICATION

60 -- Fiber Optic Cables - Controlled Drawings

Notice Date
7/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
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
N63394-17-P-0128
 
Archive Date
8/12/2017
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Amendment #3 is to add additional drawings. Also, to reiterate Amendment #2 (located at the end of the initial description) which revised the requested Part Numbers listed in the description as well as the SOW as follows: From: 7104060-429 To: 7104160-429 From: 7104060-439 To: 7104160-439 From: 7104060-469 To: 7104160-469 From: 7104060-479 To: 7104160-479 The purpose of this Amendment is to revise the Solicitation Number from N63394-17-P-0128 to N63394-17-T-0128. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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. The solicitation number is N63394-17-T-0128 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000 employees. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following items per attached drawings: P/N 7104749-01, SEALING PLUG, CABLE INSERT, 35 EACH P/N 6387659-139, EXTENDER CABLES, 10 EACH P/N 6387659-149, EXTENDER CABLES, 10 EACH P/N 6387659-159, EXTENDER CABLES, 10 EACH P/N 6387659-169, EXTENDER CABLES, 10 EACH P/N 6387659-179, EXTENDER CABLES, 10 EACH P/N 6387659-189, EXTENDER CABLES, 10 EACH P/N 7104060-429, FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES, 12 EACH P/N 7104060-439, FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES, 12 EACH P/N 7104060-469, FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES, 12 EACH P/N 7104060-479, FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES, 12 EACH Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. 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) 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. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. (7) Does your company accept Wide Area Workflow (WAWF) for electronic invoicing? This will be a Government Purchase Order with payment through WAWF. To register for WAWF, please go to the web site at 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). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is 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 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition • FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.222-50. • Additional FAR Clauses: 52.202-1, 52.203-3, 52.203-6 Alt 1, 52.203-12, 52.203-17, 52.204-4, 52.204-7, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-1, 52.209-4, 52.209-6, 52.209-9, 52.209-10, 52.209-11, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-40, 52.222-46, 52.222-50, 52.223-18, 52.225-13, 525.229-3, 52.232-17, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.234-1, 52.242-13, 52.243-1, 52.245-1, 52.245-9, 52.247-34, 52.252-2, and 52.252-6. • DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.209-7004, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7027, 252.225-7028, 252.225-7048, 252.232-7003, 252.232-7006, 252.245-7001, 252.245-7002, 252.245-7003,252.245-7004, 252.232-7010, 252.237-7010, 252.243-7001, 252.246-7000, and 252.247-7023. • NAVSEA Clause HQ-G-2-0009. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator. It is requested that all questions be received no later than 21 July 2017, 9:00 am Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals. All changes to the requirement that occur prior to the closing date will be posted to FedBid. It is the responsibility of interested vendors to monitor FedBid for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a quotation which shall be considered by the agency. Respond no later than 12:00 pm Pacific Time, 28 July 2017. 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.   STATEMENT OF WORK For VLS Cable Purchase I. SCOPE 1.1 NSWC PHD Vertical Launching Test Equipment Production Team requires various fiber optics cables to produce Vertical Launching Systems (VLS). The Contractor shall fabricate the required cables per drawings/specifications provided by the Government. II. REFERENCES 2.1 The drawings provided by the Government shall take precedence over any other resources that are in conflict with it. If there is any conflicting or omitted information please contact the appropriate Government official. 2.2 Drawings 6387659 are to be built in accordance with WS19179. Where physical constraints or limitations do not allow the 1.5+-25 Strip shield cut back dimension. For Drawing 7104060 follow method 5A1 for Multi Terminus Connector, Enhanced polish procedure. Follow method 5B1 for single terminus connector, enhanced polish procedure. Insertion loss shall be in accordance with Drawing 7104060 and MIL-STD-2042-5. It is recommended that the contractor purchase the MIL-STD-2042-5 document, if they have not already done so, to ensure compliance with the workmanship required by this Statement of Work. If any provided cable drawing is in conflict with the MIL standard, the drawing shall take precedence. The Government reserves the right to change any drawing listed in Table 3.2 at any time due to design or requirement changes inherent to the development of the VLS. III. REQUIREMENTS 3.1 GENERAL REQUIREMENTS The Contractor shall provide all services and material to manufacture the fiber optic cables listed in priority order as shown in Table 3.2. The table is broken down by build order. The Contractor shall deliver items in the priority order listed in Table 3.2 unless prior arrangement is made with the Government. Testing shall be done in accordance with Table 3.2 to ensure technical compliance and acceptability. The Contractor shall ship completed cable assemblies to the Government on a regular basis as they are produced. The Contractor should not produce cables out of priority order unless otherwise directed by the Government.   TABLE 3.2 First Article Testing CABLE P/N NOMENCLATURE QTY 6387659-139 EXTENDER CABLES 10 6387659-149 EXTENDER CABLES 10 6387659-159 EXTENDER CABLES 10 6387659-169 EXTENDER CABLES 10 6387659-179 EXTENDER CABLES 10 6387659-189 EXTENDER CABLES 10 7104060-429 FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES 12 7104060-439 FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES 12 7104060-469 FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES 12 7104060-479 FIBER OPTIC INTERFACE BOARD TO LSEQ F8 4 FIBER CABLES 12 7104749-01 SEALING PLUG, CABLE INSERT 35 IV. PERIOD OF PERFORMANCE/DELIVERY SCHEDULE 4.1 The items listed above shall be delivered within 60 days of contract award unless otherwise specified in the contract.   V. SHIPPING 5.1 All cables shall be packaged using best commercial practices and shipped to the address below: PHD NSWC 4363 Missile Way Port Hueneme, CA 93043 ATTN: Chad Colby L44/Building 7 VI. INSPECTION AND ACCEPTANCE 6.1 Inspection and acceptance will be performed as specified in SECTION III. VII. GOVERNMENT FURNISHED INFORMATION (GFI)/MATERIAL (GFM)/EQUIPMENT (GFE) 7.1 The cable drawings listed in SECTION III will be provided as GFI. VIII. TECHNICAL POINT OF CONTACT 8.1 All questions shall be directed to the Contract Officer Representative listed in the signed contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-P-0128/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN04575826-W 20170714/170712234254-85f2922f8a563548604e310ac2a726c8 (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.