SOLICITATION NOTICE
59 -- Equipment Racks
- Notice Date
- 8/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-3100
- Point of Contact
- Christina Sherron, Phone: 4018326462
- E-Mail Address
-
christina.sherron@navy.mil
(christina.sherron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-3100. This requirement is being solicited on a Sole Source basis to Crenlo Cab Products, Inc. as determined by the Contracting Officer and concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The basis for the sole source is due to the requirement for the equipment rack to be certified by the Military Communications Electronics Board (MCEB). The North American Industry Classification System (NAICS) Code for this acquisition is 332439. The Small Business Size Standard is 500 employees. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, one (1) Equipment Rack that meets the following minimum requirements.: -10 Series Frames, 45U -Flush Vented Doors -Formed Steel Panels in Multi-U Sizes -1-3 Bay Work Surfaces -Required Ancillary Hardware -Certified by MCEB For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. CLIN Description Quantity (Each) 0001 Pontoon Base with Duplex Outlet 26 0002 Electrical Equipment Rack 26 0003 Top Fan Panel 26 0004 Vented, Flush Loft Off Side Panel 14 0005 Side Panel Slotted Latch 28 0006 Electrical EQ Shelf 96 0007 Pair of Tapped Mountain AN 52 0008 Heavy Duty Swivel Caster 8 0009 Plain Panel 100 0010 Aluminum Panel 2U 48 0011 Aluminum Panel 3U 36 0012 Formed Steel Panel 8.75" 30 0013 Flat Aluminum Panel, 7RU 24 0014 Plain Panel 36 0015 Power Strip20A120V NEMA 5-20R Outlets 26 0016 1-Bay Work Surface 3 0017 2-Bay Work Surface 3 0018 Flush Vented Rear Door Left Hinge 26 0019 Panel Screw Black ½" 1,000 0020 2U Sliding Shelf 44 0021 XWSL-AAA-31 3 0022 Locking 350# Caster-3" Swivel Style, S 8 0023 Shipping 1 Job This requirement constitutes a sole source solicitation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Offers for other products must contain complete product information and prices. Offeror shall include applicable shipping costs as F.O.B. Destination to Jacksonville, FL 32228. The required delivery date is 5 weeks ARO (or sooner). Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. Payment will be made via Wide Area Workflow. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Section 508: This procurement does not include electronic and information technology (EIT), therefore, Section 508 contract requirements are not applicable. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 30 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Tuesday, 28 August 2018. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-3100/listing.html)
- Place of Performance
- Address: Jacksonville, Florida, 3228, United States
- Record
- SN05041595-W 20180818/180816231644-7e3597f2edbebc838f8271a4b10a7b2e (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 |