Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOLICITATION NOTICE

53 -- Multimeters

Notice Date
2/10/2020 6:46:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841 USA
 
ZIP Code
02841
 
Solicitation Number
N66604-20-Q-0863
 
Response Due
2/21/2020 11:00:00 AM
 
Archive Date
03/07/2020
 
Point of Contact
David W Grinnell, Phone: 4018325612
 
E-Mail Address
david.grinnell@navy.mil
(david.grinnell@navy.mil)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Beta.SAM.gov page located at https://beta.sam.gov.� It is understood that Beta.SAM.gov 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 combined synopsis and solicitation will be open for less than thirty (30) days, in accordance with FAR 5.203(b).� Request for Quotation (RFQ) number is N66604-20-Q-0863. This requirement is being solicited as unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 334515 and the small business size standard is 750 employees. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated.� The required delivery for this requirement is thirty (30) days after date of award; F.O.B. Destination.� CLIN 0001: Quantity: 6; Multimeter (Please reference the attached minimum specifications) CLIN 0002: Quantity: 1; Calibration Data CLIN 0003: Quantity: 6; Traceability Chart CLIN 0004: Quantity: 6; Power Cord Please indicate any applicable ground shipping charge. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, at the time of this notice. The following Clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: - 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); - 52.222-26, Equal Opportunity (Sep 2016); - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); - 52.222-50, Combating Trafficking in Persons (JAN 2019); - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); - 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (Alternate I); - 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); and - 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018); - DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; and - DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. The Government has determined that this requirement does not include EIT and is exempt from 508 requirements.� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.� Electronic Payment through Government Purchase Card is the Government�s preferred method of payment. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the Offeror must quote the item specified in accordance with the specifications in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. 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 websites. Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes must be e-mailed directly to david.grinnell@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Friday 21 February 2020. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact David Grinnell at david.grinnell@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7aa8d153d0d46c69aa44999c30467d8/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05555911-F 20200212/200210230146 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.