Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
SOLICITATION NOTICE

66 -- Off-Axis Parabolic Mirror Mount

Notice Date
8/22/2016
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-0483
 
Response Due
8/31/2016
 
Archive Date
9/30/2016
 
Point of Contact
Point of Contact - Melissa Tell, Contract Specialist, 619-553-5726; Richard R Hammersmith, Contracting Officer, 619-553-4482
 
E-Mail Address
Contract Specialist
(melissa.tell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N66001-16-T-0483 DUE: 08/31/2016 SMALL BUSINESS SET ASIDE/BRAND NAME or EQUAL 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-0483. This requirement is for brand name, set-aside for small business, NAICS code is 333314 and business size standard is 500 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. Quote Brand Name or Equal "The statement below applies to CLINS 0001: 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). 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. " All tangible items with a unit cost of $5,000.00 and over in reference to DFARS 252.211- 7003, Item Identification & Valuation must have a UID label. If charging for labels they must be listed on the quote as a separate line item. Item Description QTY Unit of Issue 0001 1 EA Brand name or equal to SORL Model MMOA-24 Requirement is for an off-axis parabolic mirror mount with reference flat, in cast aluminum accomodating a 24-inch diameter off-axis parabolic mirror. The mirror mount should be manufactured to accept a 24" mirror. It should include a flat reference alignment mirror. This mount is designed so that the mirror is required to have uniform edge thickness. Specifications: Mirror Diameter 24.000" nominal Effective Focal Length 23.250" nominal Final Diameter Cast Aluminum 0002 Unit Identification label (if any) 1 EA 0003 Shipping and handling (if any) 1 EA NOTE: "Vendor must provide at time of submission of quote their distributor information (POC, phone number) and any documentation supporting that the items are actually coming from that OEM, i.e., certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote will be treated as non- responsive and will not be considered for award." 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: 16 weeks or sooner after receipt of order e. RFQ Number: N66001-16-T-0483 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83, Effective 07/02/2015 and Defense Federal Acquisition Regulation Supplement (DFARS), Defense Publication Notice (DPN) 20150626, Effective 26 Jun 2015. 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. 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) This RFQ closes on August 31, 2016 at 1:00 PM, 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-0483. 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 Melissa Tell at Melissa.tell@navy.mil. Please include RFQ N66001-16-T-0483 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea840a07d8ac37d2d1001d236403b577)
 
Record
SN04234056-W 20160824/160822234615-ea840a07d8ac37d2d1001d236403b577 (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.