Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOLICITATION NOTICE

60 -- FiBO 250 Interferometer Package and Adapter

Notice Date
9/4/2020 5:49:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-8225
 
Response Due
9/9/2020 11:00:00 AM
 
Archive Date
12/30/2020
 
Point of Contact
Laina J Ouellette, Phone: 4018321642, Teresa M. Michael, Phone: 4018325434, Fax: 4018324820
 
E-Mail Address
laina.ouellette@navy.mil, teresa.michael@navy.mil
(laina.ouellette@navy.mil, teresa.michael@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.6 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. Request for Quote (RFQ) number is N66604-20-Q-8225.� This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� This procurement is being processed on a 100% small business set-aside basis.� The North American Industry Classification Systems (NAICS) Code is 335921.� The small business size standard is 1000 employees. The Naval Undersea Warfare Center Division, Newport intends to procure the following items on a brand name basis, no substitutions allowed, as specified in the attached Brand Name Specification. CLIN 0001: FiBO 250 Interferometer Package per minimum specifications, P/N:� SYS-250, Quantity:� 2/Kits MINIMUM SPECIFICATIONS/SALIENT FEATURES (1) FiBO 250 Interferometer Package including the below: (2) FiBO 250 Interferometer (fixed magnification) (3) FiBO Code Software v3.1 (Flash Drive) (4) Calibration Target Set (2D, 3D, Apex Offset) (5) Rugged carrying/storage case (14x11x6) (6) USB 3.0 Connection Cable (6 ft) (7) User Manual and Documentation (Flash Drive) (8) 1-Year Warranty on FiBO Hardware (9) Connector Adapter ST CLIN 0002: Adapter Ferrule 2.0mm PC, P/N:� A1-UPC-200, Quantity:� 2/Each CLIN 0003: Shipping, (if applicable) Quantity:� 1/Job Delivery is F.O.B. Destination to Naval Station Newport, Newport, RI, 02841.�� The required delivery date is 4 weeks ARO.� Offers must include applicable shipping costs in quote.� �� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.� The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation.� The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this solicitation.� The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation.� Clause 52.212-4, Contract Terms and Conditions � Commercial Items applies to this solicitation.� Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders � Commercial Items applies to this solicitation.� �� Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) and Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) applies to this solicitation and must be filled out and returned with quote.� � Provision 52.209-11 �Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Any Federal Law (FEB 2016) also apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. �In accordance with DFARS 252.211-7003, Item Unique Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. The Government intends to award a single Firm Fixed Price (FFP) purchase order to the eligible, responsible offeror with the Lowest Price Technically Acceptable (LPTA) quote.� In order to be determined technically acceptable: (1) the offeror must quote the brand name items specified, no substitutions allowed; (2) the offeror must meet the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.� � The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.� An exception to Electronic and Information Technology (EIT) Section 508 contract requirements is applicable to this procurement. Payment will be made via Wide Area Workflow (WAWF).� This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.�� Offerors shall include price, delivery terms, and 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 laina.ouellette@navy.mil . Quotes must be received no later than 2:00 P.M. EST on September 09, 2020.� Quotes received after the closing date and time are late and will not be considered for award.� For information on this acquisition, contact Laina J. Ouellette by email at laina.ouellette@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68a54d49ea654df3b3233d4032b7a8ec/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05788237-F 20200906/200904230152 (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.