Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2020 SAM #6966
SOLICITATION NOTICE

66 -- Hipot Tester

Notice Date
12/23/2020 11:30:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523621Q0057
 
Response Due
12/30/2020 11:00:00 AM
 
Archive Date
01/14/2021
 
Point of Contact
Brian P. Kinnally, Phone: 6195565664, Cynthia Y. Urias, Phone: 6195561336
 
E-Mail Address
brian.kinnally@navy.mil, cynthia.urias@navy.mil
(brian.kinnally@navy.mil, cynthia.urias@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N5523621Q0057 is issued as a Small Business set aside. The subject solicitation is being processed using FAR Part 12 and 13. The applicable North American Industry Classification System (NAICS) code is 334515 � Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2021-02 (Effective 23 November 2020) and DFARS Publication Notice 20201130. Please see the attached product description for full details about the requested product and shipping information. DESCRIPTION: The contractor shall furnish and deliver one (1) DC Hipot Tester (similar to an 880PL-HD by Hipotronics) and 1 Grounding Stick (similar to a HHDA13-280 grounding stick by Hipotronics). Hipot Tester will be utilized to test the insulation strength of high voltage cables and other high voltage components. Hipot Tester must come will the following installed options: �������������� Emergency Stop �������������� Visual Warning Indicators �������������� External Interlock �������������� Audible Warning Indicator �������������� Up to 80kV System Output �������������� 10k ohm � 40g ohm Insulation Resistance Measurement Range �������������� +-1% of scale accuracy �������������� 1 piece carried in hard case for equipment safety This will be a firm-fixed-price (FFP) purchase order. Required Delivery Date (RDD): 15 January 2021 The full text FAR and DFAR references may be accessed from https://acquisition.gov Standard Commercial Warranties apply: A. FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors must comply with all instructions contained herein. 52.212-2 Evaluation Commercial Items, Evaluation � Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. ��������������� Price � The Government will award this requirement based on lowest price technically acceptable (LPTA). B. 52.212-3 -- Offeror Representations and Certifications � Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Website located at https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration.� If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).� Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award �C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items APPLICABLE PROVISIONS AND CLAUSES: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and https://www.acquisition.gov/content/regulations, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and� Federal Law FEB 2016 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.232-16 Progress Payments Jun 2020 52.232-16 Progress Payments, Alternate I Mar2000 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay of Work APR 1984 52.246-2 Inspections of Supplies � Fixed Price AUG 1996 52.246-16 Responsibilities for Supplies APR 1984 52.252-2 Clauses incorporated by reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident ����������������������� Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American � Balance of Payments Program Certificate DEC 2017 252.225-7001 Buy American and Balance of Payment Program DEC 2017 252.225-7002 Qualifying Country Sources as Subcontractors DEC 2017 252.225-7048 Export Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2019 252.232-7006 Wide Area Work Flow Payment Instructions. DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and ������ ����� ���������Consideration APR 2020 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.247-7023 Transportation on Supplies by Sea APR 2014 52.212-1 Instructions to Offerors-Commercial Items ADDENDUM -- Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 29 December 2020, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center, (SWRMC) Email: citing the solicitation number in the subject line - N5523621Q0057 Email Addresses: brian.kinnally@navy.mil and cynthia.urias@navy.mil 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Factors- The evaluation factors that will be used are: Technical Acceptability � Ability to meet the salient characteristics of the Product Description. �Price � Low price technically Acceptable (LPTA) �Past Performance � Price:����� The Government will evaluate the overall total proposed price for reasonableness in accordance with�� ��������������� FAR 13.106-3 (a)(1). Past Performance:� The Government will consider the extent of the offeror's ability to perform previous contracts successfully, per DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or ��������������� �Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- System for Award Management The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. C-202-H001 Additional Definitions � Basic OCT 2018 F-242-H001 Contractor Notice Regarding Late Delivery OCT 2018 G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018 G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019 G-242-H001 Government Contract Administration Points of Contact and Responsibilities OCT 2018 PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. D-211-H005 Identification Marking of Parts � Alternative I OCT 2018 DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. SPECIAL CONTRACT REQUIREMENTS: Please submit your quote via e-mail to Brian Kinnally, brian.kinnally@navy.mil (primary), and Cynthia Urias, cynthia.urias@navy.mil (secondary). QUOTES must be received by the destination inbox no later than *30 December 2020, 11:00 AM (Pacific)* or they will not be considered for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/55246928c23340c7b2935bcdfd17d394/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN05880671-F 20201225/201223230113 (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.