Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOLICITATION NOTICE

58 -- TR-317 LAR KITs

Notice Date
10/31/2024 6:51:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0087
 
Response Due
11/7/2024 11:00:00 AM
 
Archive Date
11/22/2024
 
Point of Contact
Michelle Weigert, Phone: 4018322811
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.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 products�or�commercial services�prepared in accordance with the format in�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 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular (FAC), 2024-07, effective September 30, 2024. RFQ Number is N66604-25-Q-0087. This requirement is being solicited on an unrestricted basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs. The NAICS Code for this requirement is 334290 - Other Communications Equipment Manufacturing and the small business size standard is 800 employees. NUWCDIVNPT intends to award a Firm Fixed Price Purchase Order for build-to-print TR-317 LAR Kits in accordance with the below referenced NAVSEA Drawings. The Contract Line Item Number (CLIN) structure is identified below: CLIN 0001 � Description: TR-317 LAR KITs in accordance with the below referenced drawings; P/N LLHB58272; Qty 8,800 each Drawings***: 5516975_01_L, 5516975PL_01_D, 8192590_01_B, 8192766_01_B, 8192767_01_B, 8192768_01_B, 8440399_01_-, 8440516_01_-, 8440517_01_-, 8440518_01_A, 8440519_01_B Delivery: FOB Origin Delivery Date: Propose a delivery schedule or accept the Government�s required delivery schedule in accordance with FAR 52.211-8 below 52.211-8����� TIME OF DELIVERY (JUN 1997) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE Provide first delivery of 200 kits 6 weeks ARO, and a minimum of 300 kits each month thereafter for 44 consecutive months.�� The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE Provide first delivery of [OFFEROR FILL IN QTY] kits [OFFEROR FILL IN] weeks ARO, and a minimum of [OFFEROR FILL IN QTY] kits each month thereafter for [OFFEROR FILL IN] consecutive months.�� (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term ""working day"" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) ***This requirement contains drawings and parts lists that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. In order to obtain access to the drawings, the offeror�s JCP Custodian shall email michelle.e.weigert.civ@us.navy.mil and attach a copy of the company�s DD2345. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawings will be sent to the JCP Custodian via DoD SAFE. The Government will award a purchase order resulting from this solicitation to the responsible offeror using a Best Value-Trade Off source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal contains the combination of those factors offering the best overall value to the Government. The best overall value to the Government will be determined by comparing the difference in value of technical (non-price) features of proposals with the difference in price to the Government. Relative Importance: Past Performance and Schedule are equal in importance.� Past Performance and Schedule, when combined, are significantly more important than price. The following indicates the factors that will be considered for award: (1) Quote must meet specifications IAW Drawing Number 8192590-2 (2) Manufacturer shall be located in the United States and proposal must affirmatively indicate so. (3) Past Performance Provide at least two examples of prior or current projects similar to this solicitation requirement that have been performed within the last five years. 1. Provide a description of the project/work performed and level of effort provided. 2. Explain how the project and this solicitation requirement are similar and relate to each other. 3. If available, include a picture, or figures of the prior project. 4. Must include the following for each project: i. Contract Number or other equivalent number ii. Organization Supported iii. Indication as a Prime or Subcontractor iv. Value v. Project point of contact with current telephone number and/or e-mail address 5. Limit 1 page maximum per example (any pictures or figures are excluded from this 1 page limit) (4) Schedule: �The offeror shall provide a statement confirming acceptance of the Government�s Required Delivery Schedule in FAR 52.211-8 �Time of Delivery (JUN 1997)� or the contractor may propose an accelerated schedule as permitted by FAR 52.211-8. Contractor�s quote shall describe in detail how the contractor plans to meet the proposed schedule and demonstrate the contractor�s ability to meet the proposed schedule. Simply proposing an accelerated schedule is not sufficient. �The detailed description shall not exceed 3 pages. �(6) Price NOTE: The proposal must clearly demonstrate that it meets the specifications referenced above. Simply stating something to the effect that, �The proposal complies with or meets or exceeds the specifications in the Requirements document"" is not sufficient. An offeror that simply states something to this effect and does not provide the level of detail required above will be considered technically unacceptable. Note on Past Performance evaluation: The past performance evaluation assesses the Offeror�s ability to supply products and services that meet users� needs, based on a demonstrated record of performance. The Government may consider past performance information contained in the Supplier Performance Risk System (SPRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government may use other information such as the Contractor Performance Assessment Reporting System (CPARS) or other data available from Government sources to evaluate an Offeror�s past performance. The Government may also contact all or some of each Offeror�s customers to obtain past performance information. The Government reserves the right to limit or expand the number of references it decides to contact, and contact references other than those provided by the Offeror. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability �unknown� shall be considered neutral. Additional terms and conditions: 1. Contractor MUST have an active registration in SAM at the time of quote submission. It is requested that Offerors include the signed representation of FAR 52.204-24 with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020). 2. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. 3. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 4. Quotes and any attachments shall be readable by Microsoft Office or Adobe Acrobat. Offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 90 days from due date for receipt of offers. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The following provisions and clauses apply reference to this RFQ: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT I, Offeror Representations and Certifications � Commercial Items � Alternate I; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282); -- 52.219-28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 657f); -- 52.222-3, Convict Labor (June 2003); -- 52.222-21, Prohibition of Segregated Facilities: (Apr 2015); -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793); -- 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627): -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and -- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause. The following DFARS clauses and provisions apply to this solicitation: - 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 Information; - 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Thursday, November 7, 2024 at 02:00 PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87cdccf121784fb38096f7c76cde7130/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07254288-F 20241102/241031230116 (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.