SOURCES SOUGHT
36 -- M2 Cusing 400W Multilaser
- Notice Date
- 8/3/2018
- Notice Type
- Sources Sought
- NAICS
- 333244
— Printing Machinery and Equipment 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
- N63394-18-T-0100
- Archive Date
- 8/22/2018
- Point of Contact
- Dexter D Stallion, Phone: 805-228-8512
- E-Mail Address
-
dexter.stallion@navy.mil
(dexter.stallion@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought General Information: Document Type: Sources Sought Solicitation Number: N63394-18-T-0100 Posted Date: 8/3 /2018 Original Response Date: 8/7 /2018 Current Response Date: 8/7/2018 Product or Service Code: 3610 Set Aside: N/A NAICS Code: 333244 Contracting Office Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way Port Hueneme, CA 93043 Place of Delivery: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043 Description: The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is issuing this sources sought synopsis as a means of conducting market research to identify the availability of a qualified source in providing the Government a M2 Cusing 400W Multilaser. The specific requirement is listed below under material description. The associated North American Industrial Classification System (NAICS) code for this procurement is 333244, with a small business size standard of 1000 employees. Material Description: The NSWC PHD is seeking to purchase the M2 Cusing 400W Multilaser All interested companies shall provide a quotation for the following Supplies : 1. M2 Cusing 400W MultiLaser, 1 ea. 2. Build Plate Steel, M2 Cusing, 1 ea. 3. CL 50WS (1.2709/Maraging Steel, 1 ea. 4. CL WRX Control 2.X, 50 ea. 5. CL WRX Control 2.X, 50 ea. 6. CL WRX Parameter Training USA, 1 Lot. 7. DDP Shipping, Insurance, Customs M2 Cusing USA, 1 Lot. 8. Electrical Lifting Device, 1 ea. 9. EROWA Clamping system, 1 ea. 10. Machine Installation M2 Cusing USA, 1 ea. 11. Machine training at customer's site M2 cusing USA, 1 Lot 12. Magic's Build processor CL, incl. 1 Year maintenance, 1 13. Materialise Magic's Package, 1 ea. 14. Nabertherm N41/H furnace, 1 ea. 15. Nitrogen Generator 90l buffer vessel, 1 ea. 16. Powder container shelf rack system, 1 ea. 17. Powder exchange container (master), 1 ea. 18. Preliminary acceptance in Lichenfels, per day. 1 ea 19. QM System Powder, 1 ea. 20. Ruwac wet separator NA 7 - 11 CL, 1 ea. 21. Semi-Automatic Powder Sieve, 1 ea. 22. Standard Service agreement M2 (dual) USA & Americas, 1 ea. 23. Wear Parts kit M2 cusing 24. Shipping Delivery shall be provided no later than 12 - 16 weeks after receipt of order/award of contract". Specify delivery terms-FOB destination. The contractor shall deliver Clin line item (s) 1 and 23 to: Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043 Award shall be made to the o fferor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: "(1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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 full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. APPLICABLE CONTRACT CLAUSES 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.243-1 Changes-Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. 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 252.232-7003 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. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.219-6 Notice of Total Small Business Set-Aside. 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 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-41 Service Contract Labor Standards. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. Defense Priorities and Allocations System This is not a rated order under the Defense Priorities and Allocations System Instructions for Offerors This is an open-market combined synopsis/solicitation for M2 Cusing 400W Multilaser as defined herein. The government intends to award a Firm Fixed Price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all "proposals," "quotes," or "bids" must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:". 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. Vendor must also be currently registered in the System for Award Manage (SAM). Submission shall be received not later than 3 :00PM PDT on 7 August 2018 to Dexter Stallion dexter.stallion@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below: Dexter Stallion dexter.stallion@navy.mil Only questions and concerns provided prior to 7 August 2018 will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. Quotations shall contain the following: •(1) Vendor Administrative Information: •a. Cage Code: •b. Dun & Bradstreet #: •c. Tax ID #: •d. Special Small Business Sub-Category (if applicable): •e. 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. •f. If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. •(2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). •(3) Capability Statement. Provide a Capability Statement that demonstrates the Offeror has the qualifications, experience and resources for this requirement. •(4) Statement that the quotes are good for 60 calendar days. Offerors shall provide a capability statement discussing their ability to provide the required M2 Cusing 400W MultiLaser. Capability statements shall not exceed five pages. Pages shall utilize one inch margins, and shall use no other font than 12 point Times New Roman. EVALUATION Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: (1) Price. Total price will be evaluated. (2) Technical Capability. The Offeror's technical capability will be assessed based upon the degree to which the capability statement demonstrates the Offeror's capability to perform the Government's requirement. Technical capability will receive an "acceptable" or "not acceptable" rating.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-18-T-0100/listing.html)
- Place of Performance
- Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), 4363 Missile Way, Building 435, Port Hueneme, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN05020458-W 20180805/180803231045-bee53abaf471a4b1fbd19747f2ed6d65 (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 |