MODIFICATION
36 -- Circuit card assemblies
- Notice Date
- 5/2/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-16-T-7082
- Response Due
- 5/6/2016
- Archive Date
- 6/5/2016
- Point of Contact
- Point of Contact - Sonja L Stevenson, Contract Specialist, 619-553-4511; Dorothy J Powell, Contracting Officer, 619-553-4455
- E-Mail Address
-
Contract Specialist
(sonja.stevenson@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0003 to Solicitation N66001-16-T-7082, Effective 5/2/16. Amendment 0003 is as follows: 1. Incorporate Question and Answer page dated 5/2/2016. Question 0011: When I normally submit proposals there is a RFQ form that I fill in this case I don't see one so should I just submit my proposal on my stationary with each line item and its costs. Please let me know as this is the first time I am using this system. Thanks Answer 0011: Quotes in response to this RFQ may be submitted on any form as long as the information required in the body of this solicitation is met. 3. All other terms and conditions remain unchanged. *********************************************************************** Amendment 0002 to Solicitation N66001-16-T-7082, Effective 4/28/16. Amendment 0002 is as follows: 1. The following BOM lists have been corrected for the part numbers listed below. Corrected files are attached to this solicitation. Please review and revise your quotations accordingly prior to submission. Revision for BOM file located in - N66001-16-T-7082 ESK-111287; new BOM title: ESK- 111287-c_bom_REVISED Revision for BOM file located in - N66001-16-T-7082 ESK-111286; new BOM title: ESK- 111286_B BOM_REVISED Revision for BOM file located in - N66001-16-T-7082 ESK-111294; new BOM title: ESK- 111294-b_bom_REVISED 2. Incorporate Question and Answer page dated 4/28/2016. Question 0010 - The Build Of Material(BOM) for the ESK-111286-B is all listed as 1pc per part and there are multi lines with the same part. This is making it very hard to quote. Is there any way you can get the BOM fixed so the same parts are merged together? There are 376 line items and it should be like 100 line items instead. Answer 0010: The build of material (BOM) for this line item has been corrected and it is in the file titled - 'Correct BOM for ESK-111286-B - N66001-16-T-7082'. 3. All other terms and conditions remain unchanged. *********************************************************************** Amendment 0001 to Solicitation N66001-16-T-7082, Effective 4/28/16. Amendment 0001 is as follows: 1. The close time for this solicitation has been extended until 0900/9 AM PST on May 6, 2016. 2. Incorporate Question and Answer page dated 428/2016. Question 0001: I am already working on this with Dwane direct, or do I need to submit it to you as well? Answer 0001: Please do not direct your comments, questions or concerns to anyone but the assigned Buyer, Sonja Stevenson or her Contracting Officer, Dorothy Powell. All technical questions will be forwarded to our internal customer for their answer(s) as required. Question 0002: Through the portal? Answer 0002: Yes, you are required to submit your quote through the ecommerce portal. Email submissions will not be accepted. Question 0003: Do you need a breakdown for Material - Fabs- and Assembly for each unit or a total price for all the unit as one grand total? Answer 0003: Please quote in line item sequence. For each line item, as stated in the body of the solicitation, please provide an aggregate per item cost with an extended total. If you desire to inform the US Government on the cost of the materials plus fabrication plus assembly, please show these costs as a part of an extended description for each item. Lastly, please ensure your quote lists a total price for all line items. Question 0004: We normally give a breakdown per unit? Answer 0004: Please see Q0003 above. Question 0005: Is 10 day turn for FAB and 10 day turn for assembly ok? Answer 0005: As stated in the solicitation, the 'turnaround time', required delivery date is thirty (30) days post receipt of the award, unless stated otherwise. Question 0006: Looks like he got all the ZIP files updated now.. But some of these kits are very large and it might take longer than 3 days to get them done. Is the 4/28 date firm? Answer 0006: The closing date for this request for quotes has been extended until May 6, 2016 at 0900/9:00 AM PST. Question 0007: There are over 100 parts on most of these kits that we need to get pricing on? Answer 0007: Please clarify your question so that the US Government will be able to properly provide you with a response. Question 0008: Came across the above referenced solicitation would you consider an extension of at least 2 weeks to properly quote and provide competitive price and lead time? Please advise when you can, thank you and have a good day! Answer 0008: Please see Question 0006 above. Question 0009: Is there anyway that this can be extended? Answer 0009: Please see Q0006 above 3. All other terms and conditions remain unchanged. *********************************************************************** N66001-16-T-7082 DUE: April 28, 2016 SMALL BUSINESS SET ASIDE/BRAND NAME This is a SSC Pacific combined synopsis/solicitation 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 announcement constitutes the only solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business Concern will not be considered for award. Competitive quotes are being requested under N66001-16-T-7082. This requirement is for brand name, set-aside for small business, NAICS code is 334412 and business size standard is 750 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced, technically acceptable quote. Item 0001 ROD Board, P/N: ESK744-111332, Rev D, Qty 10 each Item 0002 SPS BATT Board, P/N: ESK744-111282, Rev C, Qty 15 each Item 0003 SPS AGG Board, P/N: ESK744-111284, Rev C, Qty 6 each Item 0004 SPS PIC Processor Board, P/N: ESK744-111286, Rev B, Qty 6 each Item 0005 SPS EMC Board, P/N: ESK744-111287, Rev C, Qty 8 each Item 0006 SPS PIC Power Board, P/N: ESK744-111294, Rev B, Qty 6 each Item 0007 SAND AIS Board, P/N: ESK744-111201, Rev B, Qty 108 each Item 0008 Stencil NRE, Qty 7 each Item 0009 PCB NRE/NRT, Qty 7 each Item 0010 Shipping and handling, as required NOTE: Drawings and art work for Items 0001 to 0007 are attached to this solicitation as separate files. Vendors: make sure you reference the following information in the quote: a. DUN & Bradstreet number b. CAGE Code c. Business size d. Requested delivery date: 3 4 weeks or sooner after receipt of order e. Preferred method of shipment: FOB Destination f. RFQ Number: N66001-16-T-7082 Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This RFQ closes on April 28, 2016 at 9:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-T- 7082. E-mail quotes will not be accepted. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Sonja Stevenson at sonja.stevenson@navy.mill. Please include RFQ N66001-16-T-7082 on all inquiries. 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 a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-85, Effective 12/04/2015 and Defense Federal Acquisition Regulation Supplement (DFARS), Publication Notice 20151230, Effective 12/30/2015 provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: FAR Clause 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial Item applies to this acquisition in e-Commerce. FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be the lowest priced technically acceptable quote. 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-3, Convict Labor (E.O. 11755) 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332) 52.233-3, Protest After Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78) DFAR Clause 252.204-7000, Disclosure of Information, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting and 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS. (A) Definitions. As used in this provision "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001) (OCT 2015). (a) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001) (OCT 2015) shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (b) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800- 171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800- 171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award. (c) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of (1) Why a particular security requirement is not applicable; or (2) How an alternative, but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (d) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/965763ed38ee53cb3210d2733cd4cff1)
- Record
- SN04101807-W 20160504/160502234159-965763ed38ee53cb3210d2733cd4cff1 (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 |