SOLICITATION NOTICE
59 -- Erico Flexibar Advanced Busbar - Brand Name Mandatory
- Notice Date
- 2/21/2024 6:35:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904024Q0077
- Response Due
- 2/27/2024 1:00:00 PM
- Archive Date
- 03/13/2024
- Point of Contact
- Chuck Chase, Phone: 2079944612
- E-Mail Address
-
charles.e.chase23.civ@us.navy.mil
(charles.e.chase23.civ@us.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 information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. The Request for Quotation (RFQ) number is N3904024Q0077. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 and DFARS Change Notice 20230609. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 335931 and the Small Business Standard is 600 employees. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: 0001:� �����(Quantity of 115) Erico 534119 Flexibar Advanced, 500 A, 5 Layers, 0.945� X 0.039�, 236.88 Kcmil, 9.843 FT Long. 0002:� �����(Quantity of 115) Erico 534119 Flexibar Advanced, 500 A, 5 Layers, 0.945� X 0.039�, 236.88 Kcmil, 9.843 FT Long. See attached Request for Quotation (RFQ) and Attachments for details. �������������� Place of delivery: Portsmouth Naval Shipyard, Kittery, Maine� 03904. �������������� Required Delivery Date: Item 0001 is 6/3/2024 and Item 0002 is 9/2/2024 METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed to Chuck Chase at Charles.e.chase23.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/email, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Submitted questions may be answered and posted to SAM.gov, potentially extending the solicitation close-date. CLAUSES: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 ������ System for Award Management 52.204-10 ���� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ���� System for Award Management Maintenance 52.204-16 ���� Commercial and Government Entity Code Reporting 52.204-17 ���� Ownership or Control of Offeror 52.204-18 ���� Commercial and Government Entity Code Maintenance 52.204-19 ���� Incorporation by Reference of Representations and Certifications. 52.204-20 ���� Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���� Alternative Line Item Proposal 52.209-6 ������ Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-10 ���� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 ���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements 52.211-17 ���� Delivery of Excess Quantities 52.212-1 ������ Instructions to Offerors--Commercial Items 52.212-2 ������ Evaluation - Commercial Item 52.212-3������ Alt 1 Offeror Representations and Certifications--Commercial Items 52.212-4 ������ Contract Terms and Conditions--Commercial Items 52.212-5 ������ Contract Terms and Conditions Required to Implement Statuses or Execute Orders 52.219-1������ Alt� Small Business Program Representations 52.222-20��� �Contracts for Materials, Supplies, ad Equipment 52.225-25 ���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.233-3 ������ Protest After Award 52.233-4 ������ Applicable Law for Breach of Contract Claim 52.242-15 ���� Stop-Work Order 52.242-17 ���� Government Delay of Work 52.245-9 ������ Use And Charges 52.246-1 ������ Contractor Inspection Requirements 52.247-34 ���� F.O.B. Destination 52.252-2 ������ Clauses Incorporated By Reference 52.252-6������� Authorized Deviations in Clauses C-204-H001 use of navy support contractors for official contract files (Oct. 2018) C-211-H018 approval by the government (navsea) (Jan. 2019) C-223-H003 exclusion of mercury (navsea) (Mar. 2019) C-223-N002 restrictions on use of yellow material (navsea) (Oct. 2018) C-227-H006 Data Requirements (NAVSEA) (OCT 2018) C-247-H001 permits and responsibilities (navsea) (Dec. 2018) D-211-H002 Marking of Reports (navsea) (Oct. 2018) D-247-H004 Marking of Packing List(s)�basic (navsea) (Oct. 2018) D-247-W001 Prohibited Packing Materials (navsea) (Oct. 2018) E-246-H013 inspection and acceptance of data (Oct. 2018) E-246-H022 inspection and test records (navsea) (Oct. 2018) E-246-W002 certificate of compliance (navsea) (Oct. 2018) F-242-H001 contractor notice regarding late delivery F-247-H001 delivery of data (navsea) (Oct. 2018) F-247-N002 instructions for deliveries to the Portsmouth naval shipyard (navsea) (Oct. 2018) G-242-H001 government contract administration points-of-contact and responsibilities (navsea) (Oct. 2018) G-232-H002 payment instructions and contract type summary for payment office (navsea) (Jun. 2018) G-232-H005 supplemental instructions regarding invoicing (navsea) (Jan. 2019) G-242-H002 hours of operation and holiday schedule (navsea) (Oct. 2018) Quoters shall include a completed copy of 52.212-3 and it�s ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 252.203-7000 ��� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 ��� Requirement to Inform Employees of Whistleblower Rights 252.204-7003 ��� Control Of Government Personnel Work Product 252.204-7006 ��� Billing Instructions 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support 252.211-7007��� Reporting of Government Furnished Property 252.211-7003��� Item Unique Identification and Valuation 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7001���� Buy American and Balance of Payments Program. 252.225-7002���� Qualifying Country Sources as Subcontractors 252.225-7048 ��� Export-Controlled Items 252.231-7000��� Supplemental Cost Principles 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 ��� Wide Area WorkFlow Payment Instructions 252.232-7010 ��� Levies on Contract Payments 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.245-7001 ��� Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 ��� Reporting Loss of Government Property 252.245-7003 ��� Contractor Property Management System Administration 252.245-7004 ��� Reporting, Reutilization, and Disposal 252.247-7023 ��� Transportation of Supplies by Sea 52.212-2, Evaluation - Commercial Items is applicable to this procurement. I. GENERAL In addition to FAR 52.212-1, �Instructions to Offerors � Commercial Items� and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable. IMPORTANT NOTES: (1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote. (3) Responses should be submitted via email only. (4) Please review all specifications carefully. II. CONTENT OF QUOTE RFQ pricing and information pages completed by the vendor. Technical Submission to include: ������������������� Submission of technical information demonstrating compliance with the specifications, including, �������������� but not limited to: ���������������������������� Technical submission shall include the Manufacturer Name and Model Number of the ��������������������������� ��specific unit(s) being proposed. The Government will only evaluate those specifically�identified unit(s). �Brochures pertaining to the pieces of equipment being quoted, to include, but not limited�to: � � � � � � � � � � � � � pictures of the equipment, and technical specifications of the equipment including�model/series unit demonstrating� � � � � � � � � � � � � � � compliance with the PWS and specifications. These�should be readily identified by the item ID number. ��The details of any/all exceptions taken to the specification. The completion and submission of the above items will constitute a quote and will be considered the vendor�s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with FAR Subpart 9.1. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Submission does not clearly meet the minimum requirements of the solicitation Technical Evaluation Ratings Rating�� ��������������� Description Acceptable�������� Submission clearly meets the minimum requirements of the solicitation Unacceptable��� Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. Schedule: Please confirm availability for required deliveries. If your company cannot meet the required deliveries,� please provide earliest available deliveries. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution. Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. This announcement will close at 4:00 PM ET local time on February 27, 2024. Contact Chuck Chase who can be reached by email at charles.e.chase23.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9234d668e12d4f638645ed2fb0244199/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06972593-F 20240223/240221230050 (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 |