Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
MODIFICATION

78 -- Depth Gauges

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-16-Q-2032
 
Archive Date
6/22/2016
 
Point of Contact
WARCOM Contracts,
 
E-Mail Address
WARCOM-Contracts@navsoc.socom.mil
(WARCOM-Contracts@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Special Warfare (NSW) Command intends to award a Firm Fixed Price Contract to provide RJE International, Inc. DG100 Digital Depth Gauges (CLIN 0001), including two options (CLIN 1001/2001). Contractor shall provide supplies in accordance with Attachment 1-Product Description. This is a combined synopsis/solicitation for Commercial Items in accordance with the format in Federal Acquisition Regulation (FAR) and FAR Part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ). All responsible small businesses may submit a quote for this Brand Name requirement which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016, DFARS 20160510, and SOFARS 201512. This requirement is being solicited as a 100% Small Business set-aside to all responsible offerors. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920, Sporting and Athletic Goods Manufacturing. The size standard is 750 employees. CLIN 0001 Quantity 90 Unit of Measure: Each Depth Gauges Contractor shall provide supplies in accordance with Attachment 1-Product Description. [Option] CLIN 1001 Quantity 90 Unit of Measure: Each Depth Gauges Contractor shall provide supplies in accordance with Attachment 1-Product Description. [Option] CLIN 2001 Quantity 90 Unit of Measure: Each Depth Gauges Contractor shall provide supplies in accordance with Attachment 1-Product Description. Quotes are due by 10:00AM EST on 7 Jun 2016. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of this provision is as follows: (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. The following factors shall be used to evaluate offers: technical capability to meet the Government requirement and price. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28, Post Award Small Business Program Rerepresentation (July 2013),52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014), 52.222-50, Combating Trafficking in Persons (March 2, 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013). All quotes shall be emailed to WARCOM Contracts at WARCOM-Contracts@navsoc.socom.mil no later than the solicitation closing date. Quotes are due by 10:00AM EST on 7 Jun 2016. Quotes must be valid for 60 days. Email is the only acceptable method of submission. All quotes must be emailed with the RFQ Number in the subject line. Contractors are responsible for verifying receipt of their submissions to this office before quote due date and time. For information regarding this solicitation, please contact WARCOM Contracts at WARCOM-Contracts@navsoc.socom.mil. By submitting a quote, the quoter is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the quote. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be actively registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of an active registration in the SAM database may make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220, or via Internet at https://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis/solicitation. **Please note that the Government shall not accept or evaluate any quotes that are submitted directly to the FBO website. Quotes shall be submitted only to the Contracting POC identified in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-16-Q-2032/listing.html)
 
Place of Performance
Address: TBD after award, United States
 
Record
SN04134366-W 20160603/160601234610-03c078baad154f0323f5584c1fa3f867 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.