SOLICITATION NOTICE
81 -- Custom Sensitive Compartmented Information Facilities (SCIF)
- Notice Date
- 6/9/2020 12:14:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-20-Q-6527
- Response Due
- 6/15/2020 12:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Ashley Cooper
- E-Mail Address
-
ashley.cooper@navy.mil
(ashley.cooper@navy.mil)
- Awardee
- null
- Description
- AMENDMENT 0001 EFFECTIVE 9 JUNE 2020 Amendment 0001 is as follows: 1. Extend closing date to Monday, 15 June 2020 at 1PM Pacific Time. 2. Correct submission information and location of solicitation within e-Commerce provided below 3. All other terms and conditions remain unchanged. ******************************************************************* 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. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Quotes are being requested on a restricted basis under Request for Quote (RFQ) Number N66001-20-Q-6527. The RFQ is issued as a total small-business set-aside. The North American Industry Classification System (NAICS) code applicable to this acquisition is 332439 � Other Metal Container Manufacturing and the small business size standard is 500 employees. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire two custom Sensitive Compartmented Information Facilities (SCIF) ITEM NO. 0001 DESCRIPTION Sensitive Compartmented Information Facilities QUANTITY 2 Each In accordance with Attachment 1 Specs The expected delivery date is 01 January 2021. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: ATTN: TBD 4297 Pacific Highway, Bldg. OT-7 San Diego, CA 92110 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government 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 why. The Government may consider quotes that fail to address or follow all instructions to be non-responsive 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 in the solicitation, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide any GWAC contract number if some or all items proposed are available under an existing contract vehicle. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with their offers. 2. Technical Documentation: a. Technical Approach or Specifications: The salient physical, functional, and performance characteristics that must be met are specified in the attachments to this solicitation. Quoters shall provide a quote (no page limit) that identifies the items listed above. The Government will only accept the required products as specified in the Request for Quote (RFQ). Additionally, quoters shall specify delivery timeframes in their quote that meet or exceed the required deliver timeframe. 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 with 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 proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3. Past Performance: Offerors must provide up to 3 examples of recent past performance that is relevant to this requirement. Examples must include contract number, agency name, agency point of contact, total value of contract, description of items delivered, and description of any challenges that were overcome during the course of contract performance. 4. 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. 5. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the proposed product(s) and included in the proposed price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, past performance, and price factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. All evaluation factors below are listed in descending order of importance. All non-price factors, when combined, are significantly more important than price. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above. Factor II � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). Factor III � 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. 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: Ensure to stay within the page limitations as follows: No page limit. 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 June 2020 at 05:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-20-Q-6527. Include RFQ# N66001-20-Q-6527 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 15 June 2020 at 1:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations /N66001-20-Q-6527. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Morgan Darnell at Morgan.Darnell2@navy.mil. Reference RFQ# N66001-20-Q-6527 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. RFQ Attachment 1_Minimum Specifications 2. RFQ Attachment 2 _ Drawings APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200408. 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 https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 252.203-7005, Representations Relating to Compensation of Former DoD Officials (Nov 2011) 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018); and 252. 225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State of Terrorism (Jan 2018). 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: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011)�Alternate I (Nov 2011); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); FAR 52.222-50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) There is an addenda to the clause adding paragraphs (w) and (v). 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252. 223-7008, Prohibition of Hexavalent Chromium (Jun 2013); and 252. 232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f8f24da5f9574e27917153d6964b0ff2/view)
- Record
- SN05685087-F 20200611/200609230145 (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 |