SOLICITATION NOTICE
59 -- Breakout box with tip jacks and switches.
- Notice Date
- 1/16/2020 12:02:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
- ZIP Code
- 93043-5007
- Solicitation Number
- FY20-10240
- Response Due
- 1/28/2020 5:00:00 PM
- Archive Date
- 02/12/2020
- Point of Contact
- PAM J STILES, Phone: 8052288754, Fax: 8052286299
- E-Mail Address
-
pamela.stiles@navy.mil
(pamela.stiles@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION � Document Type: Combined Solicitation/Synopsis Solicitation Number: N6339420T0016 NAICS: 334419 FSC/PSC: 5999 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 � Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 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; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a Small Business Size Standard of 750. � This combined synopsis/solicitation is 100% set aside for small business concerns � Brand Name:� D-SS Series Breakout Box The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking the following: Breakout box with tip jacks and switches. P/N: SE-01028-1 QTY:� 20 The Breakout Box is used to aid in the troubleshooting and maintenance of the MK 683 test equipment. The MK 683 equipment is used to test the launcher to ensure its functions are operated fully. This is in support of MK 41 Vertical launching Systems (VLS). The breakout box is an electrical equipment used to support integration testing and streamline the troubleshooting process. � The government prefers FOB Destination pricing to NSWC, PHD �93043-4307. � DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System � INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 27 January, 2020. �No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Pamela.stiles@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 28 January� 2020, �5:00 P.M. PACIFIC STANDARD TIME. 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 vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are Manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: � Evaluation of quotes 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 (Lowest Price Technically Acceptable) 2)���������� Past Performance.� Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal supply class (FSC) or product or service code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 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 52.209-11 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 52.211-6 Brand Name or Equal FAR 252.204-004 Alt A System for Award Management. 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. 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. �FAR 52.212-4 Contract Terms and Conditions-Commercial Items. �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 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. �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 252.223-7008 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 252.247-7023 Transportation by Supplies by Sea. �HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: �FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 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 52.222-50 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 52.232-33 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
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e35c009da4fb4080b272d72ab78cfb72/view)
- Record
- SN05537350-F 20200118/200116230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |