Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

59 -- Custom Cables in support of MIDS

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-19-Q-0033
 
Response Due
11/13/2018
 
Archive Date
12/13/2018
 
Point of Contact
Point of Contact - Paul H Toledo, Contract Specialist, 619-553-5199; Paul H Toledo, Contracting Officer, 619-553-5199
 
E-Mail Address
Contract Specialist
(paul.h.toledo@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a separated written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 19-Q-0033. The North American Industry Classification System (NAICS) code applicable to this acquisition is 335931- Current-carrying wiring device manufacturing and the small business size standard is 500 employees. This procurement is set-aside for small businesses. DESCRIPTION OF REQUIREMENTS This procurement is for custom cables in support of the testing of tactical radios in relation to the multifunction information distribution system, join tactical radio system, and tactical targeting network technology qualification test. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed on the attached specification sheet; and have a lead time of no more than 100 business days. The Government will not consider quotes or offers for partial items or quantities. OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quote conforming to the solicitation represent s the lowest price as defined in the "EVALUATION FACTORS FOR AWARD" section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "none" or "not appilicable," explicitly state and explain. The Government may consider quotes that fail to address or follow instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. GENERAL INFORMATION: Offeror Business name, Address, CAGE, and DUNS (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type based on applicable NAICS as provided above, primary point of contract (to include telephone and e-mail address). 2. TECHNICAL ACCEPTABILITY DOCUMENTATION: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, and/or other pertinent technical information of the quote to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. 3. PRICE QUOTE: Submit complete pricing for each individual item listed in the DESCRIPTION OF REQUIREMENTS" section above to include the unit of issue, the extended price for each line item, and a total price in US dollars (4). Ensure FOB destination shipping costs to SPAWAR (4297 Pacific Highway, San Diego, CA 92110) are included in the pricing. 4. EVALUATION FACTORS FOR AWARD: FAR provision 52.212-2, Evaluation Commercial Items, Basis for Award: The Government intends to award a contract to the lowest priced offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I- Technical Acceptability: The Government will evaluate the quote to see if all specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above. In addition to meeting the specification, the schedule lead time must not be more than 100 business days. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed- price for all line items. The total firm fixed price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3. Notice: Any offer rated "unacceptable" under any one of the above factors may be determined to be ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93c6cf6ff83970ab75b08e7da5a3f3ef)
 
Place of Performance
Address: 51530 Hull Street San Diego, California
Zip Code: 92152
 
Record
SN05145660-W 20181109/181107230514-93c6cf6ff83970ab75b08e7da5a3f3ef (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.