Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

59 -- Card Box Assembly- Cold Gas (Solicitation)

Notice Date
7/10/2020 11:32:47 AM
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025320R0021
 
Response Due
8/3/2020 12:00:00 PM
 
Archive Date
08/18/2020
 
Point of Contact
Nishanth Sukasi, Phone: 3603962168, Anita Moosmiller, Phone: 3603158501
 
E-Mail Address
nishanth.sukasi@navy.mil, anita.moosmiller@navy.mil
(nishanth.sukasi@navy.mil, anita.moosmiller@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is now an active solicitation. Naval Undersea Warfare Center Division, Keyport (NUWC Keyport) is issuing a 100% total small business set-aside solicitation of the following non-commercial supply: Card Box Assembly- Cold Gas. Items shall be manufactured and delivered In Accordance With (IAW) the Statement of Work (SOW), Navy provided drawings 8290038 Rev B, 8290523 rev A, 8290056 NR, 8290087 Rev C, and 7608370 NR, to include all Gerber Files*, and all associated drawings and specifications. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 15.101-2, supplemented with additional information included in the solicitation.�Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Offers will be evaluated on the basis of best value to the Government; that is, selection of the contractor is to be based on other than the lowest price, technically acceptable offer.� First Article (FA) Test:� Five (5) units of Dust Cover-Drawing 8290523A, Five (5) units of GPS Mounting Plate- Drawing 8290295, Five (5) units of Card Box- Drawing 7608370, and Five (5) units of Card Box Extender- Drawing 8290013 with�delivery twenty-six (26) weeks After Date of Contract (ADC).� Production: FA�s will be returned to the vendor for inclusion into production units. The requirement will be for 40 Card Box Assemblies- Cold Gas, manufactured and delivered in accordance with the SOW Navy drawing 8290038 Rev B, 8290523 rev A, 8290056 NR, 8290087 Rev C, and 7608370 NR, to include all Gerber Files*, and all associated drawings and specifications. Special Note for drawing #8290038- EXCLUDE ITEM No. 10, Printed Wiring Assembly, Common torpedo Interface, PN 7052930. Special Note for drawing #8290087- EXCLUDE ITEM No. 2, Circuit Card Assembly, Relay, PN 8290086. Acceptance of the production lot is dependent upon the successful acceptance of the First Article Lot. Contract Data Requirements Lists (CDRLs) include lot reports, and an inspection plan to be submitted within 30 days of contract award. The solicitation number for this requirement when issued will be N0025320R0021. It is anticipated that the resultant contract will be a Firm-Fixed Price (FFP) contract. The applicable NAICS code for this requirement is 334418 with a small business size standard of 750 employees. Offers shall be FOB Destination to NUWC Keyport, WA 98345-7610.The closing date of the solicitation is anticipated to be 30 days after issuance of the solicitation package. The drawing referenced in the solicitation is restricted by the Arms Export Act and is�ONLY�available to vendor/contractors appointed data custodian that are registered with�Defense Logistics Information Services (DLIS) Joint Certification Program (JCP).�Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at�www.dlis.dla.mil/jcp/. Restricted drawings and technical information are available through�beta.sam.gov. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes.�All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation to�nishanth.sukasi@navy.mil.�No paper copies will be mailed.�Failure to respond to this RFP and associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. � The RFP will be available for download at�https://www.beta.sam.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from the website and to frequently monitor the site for any amendments to the RFP. A bidders list will not be maintained by this office. No telephone or fax requests for the RFP package will be accepted.��Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposal may render a vendor's offer non-responsive and result in rejection of the same.�Any questions must be submitted in writing via e-mail to�nishanth.sukasi@navy.mil. Provisions and clauses in effect through the latest Federal Acquisition Circulars will be included in the solicitation. Both Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) can be found at�https://www.acquisition.gov/�. Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management (SAM) website at�https://www.sam.gov/SAM/. SPECIAL NOTICE:�To view the drawings associated with the forthcoming�solicitation, you must request access via�betaSAM. This will send an automated email to the Contract Specialist/Purchasing Agent that you have requested to view the drawings. To ensure that your request can be approved, you must submit a completed DD Form 2345 via email to the Contract Specialist/Purchasing Agent listed as the point of contact for this solicitation.�Note: Instructions for filling out a DD Form 2345 can be found here:�https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx.** *To receive associated Gerber files, and request access�to controlled attachments,�please reach out directly to nishanth.sukasi@navy.mil after following the aforementioned instructions. The Gerber Files will be sent separately as they cannot be uploaded to betaSAM. Please specifically request these files.� **Please ensure that the individual requesting access to Attachment 1, Exhibit A and the Gerber Files is the individual on the completed DD Form 2345. Amendment 1: Question and Answers: Q1: Please define the final configuration as 8290038 or 8290038-1 A1:��it should be 8290038-1. Of course, missing the relay card and CTI.� The following question is�regarding P/N 7608377 (MIB PWB): Q2: The material callout is for polyimide @ .105� thick however, since this one is a 2 layer, the thickest that we can get is .093� or the next standard thickness is .125��is the .093� thickness close enough or will we have to make the .105� thick material?�Also, the note is a little unclear as they call for the 4101/40 which is the polyimide but then they say �NEMA FR4��does this one need to be FR4 or polyimide? A2: ""4101/40 is indeed polyimide NEMA FR4 is a glass-reinforced epoxy laminate material which is commonly used as material base for pcbs 4101/40 is the designated material to be used in fabrication An equivalent material can be used in fabrication such as NEMA FR4 (in other words it is an alternative material) The thickness must adhere�to the dimension�and tolerancing as listed in the drawing (.105"" +/- 0.005) To further clarify: This material�s purpose is to hold the cores of the pcb together. The MIB PWB is a 2 layers board and its thickness, as listed on the drawing, should be .105� +/- 0.005. The prepreg is what holds the layers of the board together. The thickness of this material will be IAW the thickness of the overall board. Decreased in thickness will have an impact on the board rigidity."" Q3: Can the color of the Dust Cover come in an alternate color as the requirement is for the Dust Cover to be black? A3: We are ""okay with a�color change at the discretion of the manufacturer.� Q4:��Request for Clarification: Total Quantity: Statement of Work: Page 4 of 69- Item 0005 calls out 40 Each Production-Card Box Assembly. Notice IDN0025320R0021, ��Page 3/7 fourth paragraph calls out 35 Card Box Assemblies Considering the impact on cost/price- Please advise which statements takes precedence and if you intend to issue an Amendment 0002 in response to the above and will you consider extending the proposal date beyond 27 July 2020, 12 PM PDT? A4:�The FA� CLINS (0001-0004) will be sent to Keyport to be inspected then returned to the vendor for production manufacturing. CLIN 0005 for production units of Card Box Assembly will be for 40 units. We will be amending the solicitation and editing the post to clarify this. The solicitation will also be extended by a week to� August 3rd, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ff852cbbb734e0caa8c57a05cb043c6/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN05717907-F 20200712/200710230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.