Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

J -- Fabrication of the AS-4756 URC (General Utility Radio) Shock Mount Fixture for environmental testing for Carrier, Fixed Wing Aircraft, Nuclear (CVN) 78

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-0221
 
Response Due
9/18/2017
 
Archive Date
10/18/2017
 
Point of Contact
Point of Contact - Amanda L Foster, Contract Specialist, 619-553-4456; Richard R Hammersmith, Contracting Officer, 619-553-4482
 
E-Mail Address
Contract Specialist
(amanda.foster@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific Request for Quotation (RFQ) for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. 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. Competitive quotes are being requested under N66001-17-T-0221 for Fabrication of the AS-4756 URC (General Utility Radio) Shock Mount Fixture for environmental testing for Carrier, Fixed Wing Aircraft, Nuclear (CVN) 78. This requirement is a Total Small Businesses Set-Aside, NAICS code is 332710 and the size standard is 500 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This RFQ closes on September 18, 2017 at 10:00 (am), Pacific Daylight Time (PDT). The point of contact for this solicitation is Amanda Foster at amanda.foster@navy.mil. Please include RFQ N66001-17-T-0221 on all inquiries. CLIN 0001: QTY: 1 SPAWAR Part Number: 0242826-001 Description: (WELDMENT) FIXTURE, SHOCK TEST, AS-4756/URC MCCP TRANSMIT ANTENNA, ASM CLIN 0002: Shipping-if priced separately Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 CLIN 0003: UID label- if priced separately See DFARS 252.211-7003, Item Unique Identification & Valuation Place of Performance: Work shall be performed at offeror's facilities. See attached Scope of Work and Drawing for additional details on performance standards. PLEASE NOTE: 1. Quotes and questions MUST be submitted via E-commerce. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil 3. Please include the following information in the quote: a. CAGE Code b. DUNS c. Business Size d. Preferred method of shipment: FOB Destination The point of contact for this solicitation is Amanda Foster at amanda.foster@navy.mil; (619)-553-4456. Please include RFQ N66001-17-T-0221 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/13/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), Dec 22, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.212- 1 Instructions to Offerors- Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, DFARS 252.204- 7008 Compliance with Safeguarding Covered Defense Information Controls; FAR 52.204- 18 Commercial and Government Entity Code Maintenance; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014); 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; FAR 52.204-7 System for Award Management; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.204-7004 Alternate A, System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; FAR 52.219- 6 -- Notice of Total Small Business Set-Aside; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards. FAR 52.222- 42 Statement of Equivalent Rates for Federal Hires; FAR 52.232-33 Payment by Electronic Funds TransferSystem for Award Management; FAR 52.245-9 Use and Charges; FAR 52.247-34, F.o.b. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS252.201-7000 Contracting Officer's Representative; DFARS 252.211-7003 Item Unique Identification and Valuation; FAR 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2011); DFARS 252.225-7036, Buy AmericanFree Trade Agreements Balance of Payments Program; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 5252.201-9201 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (MAR 2006); DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.243- 7001 - Pricing of Contract Modifications; DFARS 252.223-7008 - Prohibition of Hexavalent Chromium; FAR 252.246-7008, Sources of Electronic Parts; DFARS 252.246- 7007 Contractor Counterfeit Electronic Part Detection and Avoidance System; DFARS 252.246-7008 Sources of Electronic Parts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/102b926630c1d6f97fd923360799aa52)
 
Record
SN04673901-W 20170914/170912232730-102b926630c1d6f97fd923360799aa52 (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.