Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2019 FBO #6326
SOLICITATION NOTICE

59 -- NAVSIM Custom Cables

Notice Date
3/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6157
 
Response Due
3/19/2019
 
Archive Date
4/18/2019
 
Point of Contact
Point of Contact - Javier B Soria, Contract Specialist, 6195531812; Stephen Enokida, Contracting Officer, 619-553-5764
 
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 separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-19-Q- 6157. The NAICS code applicable to this acquisition is 334419 and the small business size standard is 750 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Requirement Description: Navigation Simulator (NAVSIM), custom fabricated to the Specifications per the attached Technical Drawing packages and Requirement List. Delivery Date: Approximately 4 months ARO Shipping Method: Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: SPAWAR Systems Center Pacific Attn: Donny Ciccimaro, Code 71740 4297 Pacific Highway, Building OT 7 San Diego, CA 92110 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format. Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. Basis for Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. 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 or https://acquistion.gov/far/. The following provisions apply to this acquisition: 52.204-7, System for Award Management (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (July 2016); 52.212-1, Instructions to OfferorsCommercial Items (Oct 2018) 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Oct 2018); The following FAR & DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (July 2016); 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Rerepresentation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018); 52.222-26, Equal Opportunity (Sep 2016); 52.222-50, Combating Trafficking in Persons (Jan 2019); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest after Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005; Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.247-7023, Transportation of Supplies by Sea (Apr 2014) The Point of Contact (POC) for this solicitation is Mr. Javier Soria at javier.b.soria@navy.mil. Please include RFQ # N66001-19-Q-6157 on all inquiries. This RFQ closes on 03/19/2019 by no later than 2:00 PM, Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://ecommerce. sscno.nmci.navy.mil, under NIWC Pacific / Simplified Acquisitions / N66001-19- Q-6157. Quotes received after this due date, may be deemed unacceptable, at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS number and CAGE Code. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/a135b456828148ae8b6f569d71660b66)
 
Place of Performance
Address: NIWC San Diego, CA
Zip Code: 92152-5001
Country: USA
 
Record
SN05252860-F 20190320/190318230034 (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.