Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

59 -- MK 84 Mod3 Transmitter SONAR Electronic Assemblies - N66604-16-Q-3379_Requirements

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-3379
 
Point of Contact
Kristina E. Michael, Phone: 4018325218, Alison C. Wicks,
 
E-Mail Address
kristina.michael@navy.mil, alison.c.wicks@navy.mil
(kristina.michael@navy.mil, alison.c.wicks@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-16-Q-3379. The North American Industry Classification Systems (NAICS) code for this requirement is 334418. The Small Business Size Standard is 750 employees. This action is being processed on a 100% Small Business Set-Aside basis. The NUWCDIVNPT Office for Small Business Programs concurs with the 100% Small Business Set-Aside determination. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following items on a Firm-Fixed Price basis: Contract Line Item Number 0001: MK 84 Mod3 Transmitter SONAR Electronic Assembly, Quantity: 5 EACH. MK 84 Mod3 Transmitter SONAR Electronic Assemblies must be assembled in accordance with the drawings and procedures as listed in the attachment: "163379_Government Minimum Requirement." In order to view the drawings/specifications, the company must be registered in the Joint Certification Program (JCP). A link to the Drawings/specifications will be available in FedBizOpps upon release of the combined synopsis and solicitation RFQ. Note: Only companies that are JCP registered will be able to access the drawings/specifications. For information regarding JCP registration go to http://www.dlis.dla.mil/jcp/. The Government will provide Government Furnished Property for incorporation into the assemblies and a gold standard unit for comparison in the impedance testing as listed in the attachment: "163379_GFP List". Offerors shall conduct point-to-point Printed Circuit Board (PCB) Electrical Inspection/Impedance Testing or equivalent impedance test in accordance with Attachment #1 "CDRL A001" and board schematics for point-to-testing provided by the Government. Test points should be designed to check the signature of the various nets in the circuit. The forward or reverse voltages applied to active devices shall not exceed the specification sheet limits. This is a POWER OFF TEST. Each PCB will be inspected to a minimum of IPC-A-Class 2 Standards. If after award the hardware delivered is determined not to pass IPC-A-Class 2 Standards, the Government need not accept delivery. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. Contract Line Item Number 0002: Data in accordance with "Exhibit A" Contract Data Requirements List (CDRL) A001. Not Separately Priced. (See Attachment #1 CDRL A001.) F.O.B. Destination: Newport, RI. Required delivery is six (6) months after receipt of order or sooner. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies payment will be via Wide Area Workflow. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the Offeror must quote the items specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508 compliance is not applicable. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor cage code, and Contractor DUNs number. Offers must be received on or before 22 September 2016 at 2:00PM EST. Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-3379/listing.html)
 
Record
SN04274512-W 20160917/160916000702-438bb4ab108e3803f899d0f21da015ed (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.