Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

59 -- MRCTS CABLES

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-S-NU49
 
Archive Date
8/4/2016
 
Point of Contact
Mary L. Jones, Phone: 805-228-6128, Michael A. Kahyai,
 
E-Mail Address
mary.jones@navy.mil, michael.kahyai@navy.mil
(mary.jones@navy.mil, michael.kahyai@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-16-S-NU49 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: MRCTS Cable Assemblies: •1) Cable Assembly, LSEQ Interface, W65; P/N 6387757-9 connects Launch Sequencher J11 or J12 and MRCTS J2 for Launch Sequencer commands. •2) Cable Assembly, Launch Sequencer Interface, W66; P/N 7105257-9 connects Launch Sequencer J10 and MRCTS J3 for various DC power supplies and Launch Sequencer commands signal returns. •3) Cable Assembly, Ground Strap; P/N 6387773-9 establish a common Ground between Launch Sequencer and MRCTS to prevent electrical shocks to users. •4) Cable Assembly, RS 232 W3; P/N 7105251-9 connects the PC104 stack processor to the MRCTS Controller CCA to determine if detected events are valid. •5) Cable Assembly, LSEQ FIP Interface W73; P/N 7105259 connects Launch Sequencer J34 to MRCTS J5 for Ethernet communications. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 45 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please advise the estimated shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is this item(s) on a GSA Contract Schedule? If so, please advise the GSA Contract number and its expiration date. 7. Is your company OEM or PROPRIETARY for these products? 8. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 9. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •· FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition •· FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications •· 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, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33, All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of July 20, 2016 at 12:00 PM
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-S-NU49/listing.html)
 
Place of Performance
Address: 4363 Missile Way, Port Hueneme, California, 93041, United States
Zip Code: 93041
 
Record
SN04178734-W 20160714/160712234302-19621cc1e3328fde3452d77d2b682a13 (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.