SOLICITATION NOTICE
66 -- This requirement is to procure replacement external-cavity diode laser (ECDL) systems and spare laser diode heads.
- Notice Date
- 11/16/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 19111
- Solicitation Number
- N0018919QZ036
- Response Due
- 11/23/2018
- Archive Date
- 11/30/2018
- Point of Contact
- Dennis Aquino 215-697-3244
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). This is a Request for Quotation (RFQ). The solicitation number is N0018919QZ036. The proposed contract action is for commercial supplies, in accordance with the attached requirements statement. The NAICS code is 334516 and the Small Business Standard is 1,000 employees. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 20180928. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAVSUP FLC Norfolk Philadelphia Office intends to solicit the subject requirement in accordance with FAR 13.106-1(b), Soliciting from a single source. The intended single source contractor is Newport Corporation. This action will result in a firm fixed-price (FFP) purchase order. The proposed acquisition is to purchase replacement external-cavity diode laser (ECDL) systems and spare laser diode heads from the manufacturer Newport Corporation 1791 Deere Ave Irvine, CA 92606-4814. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than the closing date of this posting. The Requirements Statement is as follows: REQUIREMENTS STATEMENT CLIN 0001: Specific characteristics 780.24 nm free-space laser head and low-noise controller (Part number TLB-6813); Quantity: 3 CLIN 0002: Specific characteristics 780.24 nm free space laser head - (Laser head only) (Part number: TLB-6813-D); Quantity: 5 Agency Name: U.S. Naval Observatory Address: 3450 Massachusetts Ave. NW, Washington, DC 20392-5420 Delivery: Delivery lead time will be determined prior to contract award. F.O.B. Destination applies. See the attached Statement of Work (SOW) for more details regarding the Government s requirement. A determination not to compete this requirement, 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency; however, only services meeting the Government s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Clauses and Provisions: The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: 52.202-1 Definitions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract terms and Conditions- Commercial Items 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017 Notice of Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea The following FAR and DFAR clauses and provisions are incorporated by full text: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Orders - Commercial Item 52.222-22 Previous Contracts and Compliance Reports 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.232-7006 Wide Area Workflow Payment Instructions 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (1) FAR Clauses: http://acquisition.gov/far/ (2) DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (1) FAR Clauses: http://acquisition.gov/far/ (2) DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. (End of clause) This announcement will close at 4:00pm EST on 11/23/2018. Questions and responses to this posting shall be submitted in writing via email to Dennis Aquino at dennis.aquino@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ036/listing.html)
- Record
- SN05153924-F 20181118/181116230028 (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 |