Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2016 FBO #5290
SOLICITATION NOTICE

61 -- 45 KVA SOLID STATE FREQUENCY CONVERTER in accordance with the Specifications attachment 1 to this announcement

Notice Date
5/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416R0026
 
Response Due
6/16/2016
 
Archive Date
7/1/2016
 
Point of Contact
Ruby Deinla 619-556-5662
 
E-Mail Address
rubeli.deinla@navy.mil
(rubeli.deinla@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00244-16-R-0026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 335312 and the Small Business Standard is 1250. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001- QTY (5)EACH- 45 KVA SOLID STATE FREQUENCY CONVERTER in accordance with the Specifications attachment #1 to this announcement. Deliver FOB Destination to NAS North Island, CA 92135. Required delivery is 16 weeks (or earlier) after receipt of order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.239-1 Privacy or Security Safeguards 52.247-34 F.O.B. Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) TECHNICAL CAPABILITY OF THE ITEM TO MEET THE GOVERNMENT REQUIREMENT (ii) PRICE (iii) PAST PERFORMANCE (b) Factor (i) TECHNICAL CAPABILITY. Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria may render the offer to be technically unacceptable and may be eliminated for consideration for award. Technical Capability shall be evaluated based on the information provided in the quotation. (c) Factor (ii) PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. Price analysis, if needed, will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offer. (d) Factor (iii) - PAST PERFORMANCE. Past Performance will be evaluated to determine the overall quality of the products and services, provided by the contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and /or information from other sources. Quoters shall provide a list of three (3) references to whom the same or similar products have been sold. The list of references shall include the name of the reference contact person; the contract number, the amount of contract and the address, telephone number, fax number, email address of the Contracting Officer, and the date of delivery or the date services were completed. This announcement will close and quotes must be received no later than 4:00 PM Local Time, on 06/16/2016. Any questions regarding this solicitation and the quotations, must be forwarded in writing via email to the Contract Specialist at rubeli.deinla@navy.mil. Quotations submitted as an attachment to an email should be sent in Word document to include the following: (1) A quotation which addresses CLIN 0001 pricing and earliest delivery date (2) The technical quote and (3) Past Performance data. Faxed quotes will not be accepted. All questions regarding this solicitation must be submitted in writing to the above listed Contract Specialist no later than Friday, 10 Jun 2016. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416R0026/listing.html)
 
Place of Performance
Address: NAVAL BASE CORONADOBLDG 343, CORONADO, CA
Zip Code: 92135
 
Record
SN04117553-W 20160518/160516234052-4b45816b775c649af4ae32069f164c99 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.