SOLICITATION NOTICE
59 -- ELECTROMAGNETIC PULSE FILTERS
- Notice Date
- 10/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-19-Q-6401
- Response Due
- 10/11/2018
- Archive Date
- 11/10/2018
- Point of Contact
- Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(dorothy.powell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 19-Q-6401. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334419, Other Electronic Component Manufacturing and the small business size standard is 750 employees. This procurement is a Brand Name, Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Electromagnetic Pulse (HEMP) Filters supply. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 DS31766C - 4-line, 9.6Kbps, 2 Each 300mA, 5Vrms 300/600ohm data line filter 0002 DS33592C - 8-Line, 28VDC, 1 Each 1 amp, control line HEMP filter 0003 DS3359C - 2-line, 28VDC, 5 AMP, 1 Each control line HEMP filter 0004 DS33330C - 2-Line, 6 AMP, 1 Each VAC rating TBD, power line HEMP filter Additional line item may apply: Note: IUID labels are required on all equipment with a unit cost of $5000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost for the IUID label, please list it as a separate line item. The expected delivery date is 28 Dec 2018. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: 4297 Pacific Highway Bldg. 0T7; San Diego CA 92110 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Primary Point of Contract (to include telephone and e-mail address) 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted Filters to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies to line items 0001 through 0004 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: FAR provision 52.212-2, Evaluation -- Commercial Items, Basis for Award: The Government intends to award a contract to the lowest priced offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if all Part Numbers/ specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, and TAA compliant HEMP products. The Government will only accept the required brand name product as specified. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11-inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 08 October 2018 at 12:00 PM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6401. Include RFQ# N66001-19-Q-6401on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 11 October 2018 at 10:00 AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6401. E-mailed quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar.fct@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Dorothy Powell at dorothy.powell@navy.mil. Reference RFQ# N66001-19-Q-6401 on all email exchanges regarding this acquisition. APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) '2005-100' and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice '20171228.' It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-6, Notice of Total Small Business Set-Aside, Insert Title of Clause (Nov 2011); 52.219-28, Post-Award Small Business Program Representation, (July 2013); 52.222-3, Convict Labor, (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies, (Oct 2016); 52.222-21, Prohibition of Segregated Facilities, (Apr 2015); 52.222.26, Equal Opportunity, (Sep 2016); 52.222-36, Equal Opportunity for Workers with Disabilities, (July 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, (June 2008); and 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (July 2013). The following FAR and DFARS provisions/clauses, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.204-17, Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.204-23 "Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities" (Jul 2018) 52.207-4 Economic Purchase QuantitySupplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6, Brand Name or Equal AUG 1999 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2, Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005, Representation Relating to Compensation of Former DOD Officials NOV 2011 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011, Alternative Line Item Structure SEP 2011 252.211-7003, Item Unique Identification and Valuation, MAR 2016 252.211-7008, Use of Government-Assigned Serial Numbers, SEP 2010 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/61d5020bdcda551da074fc69ec1cd49e)
- Record
- SN05115855-W 20181006/181004230845-61d5020bdcda551da074fc69ec1cd49e (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 |