Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOLICITATION NOTICE

59 -- AirBorn Towed Array Connectors

Notice Date
10/27/2022 11:30:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-22-Q-0541
 
Response Due
9/30/2022 11:00:00 AM
 
Archive Date
10/31/2022
 
Point of Contact
Kristin Amarant, Phone: 4018322606
 
E-Mail Address
kristin.d.amarant.civ@us.navy.mil
(kristin.d.amarant.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Classification Product Service Code: 5935 � CONNECTORS, ELECTRICAL NAICS Code: 334417 � Electronic Connector Manufacturing Description PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTUES THE ONLY NOTICE THAT WILL BE ISSUED REQUEST FOR QUOTE FOR BRAND NAME (AIRBORN) 7-PIN CONNECTOR This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued.� This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-22-Q-0541.� The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires a Firm Fixed Price (FFP) quoted for the following items:� CLIN 0001: Item Description� � � � � � � � � � � � Part #� � � � � � � � � � � � � � � � � � � � � �Qty 7-Pin Connector� � � � � � � � �MG-111-007-113-4500-Q08� � � � � � � � � 500 (Plug) CLIN 0002: Item Description� � � � � � � � � � � Part #� � � � � � � � � � � � � � � � � � � � � � � � � � � � Qty 7-Pin Connector� � � � � � � � �MG-121-007-213-2200-Q08� � � � � � � � � � � � � � 30 (Receptacle) This is a FFP requirement for brand name specified items (no substitutions), see Attachment 1-Brand Name Specification. �Quotations should include ALL costs (including shipping) in the total price. This requirement is being solicited as 100% small business set aside, brand name requirement under North American Industry Classification System (NAICS) Code 334417, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1000 employees.� F.O.B. Destination, NUWCDIVNPT, Newport, RI 02841. Delivery:� FOB Destination; Newport, RI 02841.� Inspect/Accept at Destination. Required delivery is by 31 March 2023.� Please provide best delivery date in quote.� Early and partial deliveries are acceptable �In order to be determined technically acceptable the offeror must quote the required items, no substitutions, in the required quantities; and be an authorized reseller of AirBorn. Quotes received for substitute products, or from vendors who are not authorized sellers, will be deemed technically unacceptable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.� The following FAR provisions and clause apply to this solicitation: The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR52.212-1, Instructions to Offerors -- Commercial Items FAR 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 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 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.246-7008 Sources of Electronic Parts Defense Priorities and Allocations System (""DPAS"") rating of DO-C9 applies. This request for quote 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. Additionally, offerors shall review, complete and submit Attachment 2 � �52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� with their offers. 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 brand name specified (no substitutions allowed) items 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 PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. The required payment method for this requirement is Wide Area Workflow (WAWF). The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The quote must be received on or before 30 September, 2022 at 2:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Kristin Amarant at Kristin.d.amarant.civ@us.navy.mil. For additional information on this requirement, please contact Kristin Amarant at Kristin.d.amarant.civ@us.navy.mil. Attachment 1:� Brand Name Specification Attachment 2:� �52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/596568ced9844adc8fa0231c96417fa8/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06504456-F 20221029/221027230106 (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.