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

99 -- Non-Destructive Thermography Imaging System - Spec Sheet

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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-T-0089
 
Archive Date
8/16/2016
 
Point of Contact
Jacob M. Mahan,
 
E-Mail Address
jacob.mahan@navy.mil
(jacob.mahan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Spec Sheet This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is for this requirement is N63394-16-T-0089 and is issued as a Request for Quote (RFQ) using FAR subpart 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-88 and Defense Federal Acquisition Regulation Supplement (DFARS). The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is a total small business set-aside. Defense Priorities and Allocations System (DPAS): DO. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for: ********** Non-Destructive Thermography Imaging System********** *****Please refer to attached Spec Sheet***** Quote shall be good for a minimum of 60 calendar days after close of this combined synopsis/solicitation. Terms are Net 30. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors shall provide a quote addressing all specifications called for in the Spec Sheet in order to be determined responsive. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort In addition to price, responses shall include the following: 1. Company Cage Code. 2. Tax ID#. 3. Company Size. 4. 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. 5. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated 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. FAR 52.212-3, Offeror Representations and Certifications. FAR 52.212-4, Contract Terms and Conditions. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.222-50, Combatting Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003, Control of Government Work Product. DFARS 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. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.247-7023, Transportation of Supplies by Sea. 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 quote 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). It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 1 August 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0089/listing.html)
 
Record
SN04178772-W 20160714/160712234319-3ecb42f9e98d0c8b9c41d1f86715d79a (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.