SOLICITATION NOTICE
53 -- Bracket, MAMS Cabinet - Package #1 - Package #2
- Notice Date
- 12/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware 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
- n6339418T0020
- Archive Date
- 1/24/2018
- Point of Contact
- PAM J STILES, Phone: 805-228-8754, Mark Toner,
- E-Mail Address
-
pamela.stiles@navy.mil, mark.toner@navy.mil
(pamela.stiles@navy.mil, mark.toner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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 N63394-18-T-0020 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 332510 with a small business size standard of 750 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 01. Bracket, MAMs Cabinet, P/N: 7104714-1, Qty 4 02. Bracket MAMs Upper, P/N: 7104713-1, Qty 4 The technical data package (drawings) contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) http://www.dlis.dla.mil/jcp in a active status are authorized to receive the package. Vendor also must be currently registered in the System for Award Manage (SAM). The offers must submit all questions/drawings request no later than 29 December 2017, 5:00 PM PST with a closing date of January 9, 2018, 5:00 PM PST. All answers to questions must be posted prior to the response date. 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. Basis for Contract Award: Award will be made to the lowest priced, technically acceptable (LPTA), 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.209-5 Certification Regarding Responsibility Matters.  FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law. FAR 52.209-5 Certifications Regarding Responsibility Matters. FAR 52.209-7 Information Regarding Responsibility Matters. FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-8 Discounts for Prompt Payment. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.232-39 Uneforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.246-2 Inspections of Supplies Fixed-Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.246-7007 Sources of Electronic Parts. DFARS 252.247-7023 Transportation by Supplies by Sea. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is your company OEM or PROPRIETARY for these products? 7. 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. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil 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. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps 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. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date January 9, 2018 at 5:00 PM Pacific Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/n6339418T0020/listing.html)
- Record
- SN04771319-W 20171221/171219231518-899b83d7001c7e64273dc44a9f7e787b (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 |