Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

70 -- Material Procurement and Delivery for Smart Ship Low-Fidelity Training System

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
443142 — Electronics Stores
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0112
 
Response Due
5/17/2019
 
Archive Date
6/21/2019
 
Point of Contact
joseph willdigg 4073804423 joseph.willdigg@navy.mil (contract specialist)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Combined synopsis/solicitation N6134019R0112 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101. This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 443142 (Electronics Stores). NAWCTSD has a requirement to procure and deliver hardware materials listed in attachment 1 (Statement of Work (SOW)) to the designated locations as further defined under the specific requirments. All items procured shall be Commercial off the Shelf (COTS) products in factory OEM packaging. Each item shall meet all minimum specification requirments as defined in the SOW. All items shall be delivered with standard OEM warranties. The Government requires brand name or similar items as indicated in the SOW. Brand name items are required as justified in attachment 2 and these items are indicated in bold in the SOW. CLIN Breakout is as follows: CLIN 0001 RTC Kit (See SOW Attachment 1 Part A) Delivery address is: NAWCTSD ISEO ATTN: Robert S. Villena RTC Technical Training Department Bldg. 7260 Room 230A 3355 Illinois Street Great Lakes, IL 60088-3127 CLIN 0002- NAWCTSD Kit (See SOW Attachment 1 Part B) Delivery address is: Commanding Officer NAWCTSD ATTN: William Thomas Code 4.6.5.2 12211 Science Drive Orlando, FL 32826 Delivery of all items have a required delivery date of 07 June 2019 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an Active status as the government cannot award to an entity without an Active SAM registration. More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.209-2 FAR 52.212-4 FAR 52.225-1 FAR 52.225-3 FAR 52.233-1 FAR 52.247-34 FAR 52.252-2 The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) apply:14,22,25,26,27,28,30,33,42,49,and 55. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.203-7005 DFARS 252.204-0001 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.211-7003 DFARS 252.225-7048 DFARS 252.232-7006 DFARS 252.232-7003 DFARS 252.232-7010 DFARS 252.244-7000 DFARS 252.246-7008 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. No DPAS rating applies. Offers are due no later than 1400 US Eastern Standard Time on 17 May 2019. Proposals will only be accepted by Contract Specialist, Joseph Willdigg via email at joseph.willdigg@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Joe Willdigg, Contract Specialist, Tel: 407-380-4423. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-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/spg/DON/NAVAIR/N61339/N6134019R0112/listing.html)
 
Record
SN05311165-F 20190516/190514230049 (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.