Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

59 -- Custom Electrical and RF Cables

Notice Date
1/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-6650
 
Response Due
1/17/2017
 
Archive Date
2/16/2017
 
Point of Contact
Point of Contact - Frederick Espiritu, Contract Specialist, 619-553-3387; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(frederick.p.espiritu@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 Effective 1/10/17. The purpose of Amendment 002 is as follows: 1. Decrease Line Items quantities, Delete Quantity Lines for 2, 15,16,18 and 25. 2. Extend solicitation close date to read Tuesday, 17 January @ 10AM. 3. Question 0001: On some of these cable assemblies, the BOM specifies Techflex "Flexo Pet" expandable sleeving in black (P/N: PTN0.25BK) while other cable assemblies are specifying Western Filament PT0250 (WF_FR0250BK), which is the same material, color and size. In order to reduce minimum quantity buys, would it be okay to use the Techflex product on all cable assemblies which call for " black PET expandable tubing? Answer 0001 As long as the items are technically identical, we have no problem (i.e. as long as the flex sleeving is 1.4" and black we have no problem with them using just Tech Flex or another brand). 4. Question 0002 Post award, prior to start of work, will the government be able to provide physical examples or photographs of the cables? Many of the drawings do not specify dimensions for label placement locations, and the go-by examples or photos would be helpful. Answer 0002 Yes, the government will be able to provide photos as samples to show the winning contractor the approximate build of previous cables and they can use it as reference for location of labels and other un-specified information. 5. All other terms and conditions remain unchanged. -------------------------------------------------------------------------------- ---- Amendment 0001 Effective 1/9/17. The purpose of this amendment is to extend solicitation to 1/12/17 @ 10am Pacific. -------------------------------------------------------------------------------- --------------- 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 only the 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 will not be considered for award. Competitive quotes are being requested under N66001-17-T-6650. This requirement is set-aside for small businesses, NAICS code is 335999 and the size standard is 500 employees. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. Per attached Drawing specification package. Item Gov't Part No. Technical Drawing Package # Description Quantity 1 100301006 1 PL POWER AND DATA CABLE SEG 2 Qty: 8 Each 2 100301008A 1 PL GPS RF CABLE SEGMENT 1 N/R (Delete) 3 100301009 1 PL GPS RF CABLE SEGMENT 2 Qty: 8 Each 4 100301015 1 TRANSPONDER COAX CABLE EXTENDED Qty: 8 Each 5 100301016 1 PDB INTERFACE TO WR & TURRET CABLE Qty: 8 Each 6 100301017 1 WR POWER & DATA CABLE Qty: 8 Each 7 100301018 1 BLKD TO ANTENNA RF CABLE Qty: 8 Each 8 100301019 1 WR BOARD TO FILTER RF CABLE Qty: 8 Each 9 100301020 1 FILTER TO SE GPS RF CABLE Qty: 8 Each 10 100301021 1 GPS FILTER FEED RF CABLE Qty: 8 Each 11 100301022 1 BLOCK D POWER & DATA CABLE SEG 1 Qty: 8 Each 12 100301024 1 EXTERNAL JACK TO PDB Qty: 8 Each 13 100301025 1 S6 LNA TO BLKD RF CABLE Qty: 8 Each 14 100301026 2 S6 BLKD TO VERTICAL ANT RF CABLE Qty: 8 Each 15 100301030 2 PDB EXT PWR TEST CABLE N/R (Delete) 16 100301031 2 DC SUPPLY TEST CABLE N/R (Delete) 17 100301038 2 S6 CAVITY ANTENNA RF CABLE Qty: 8 Each 18 100301039 2 AFT SLICE BENCH TEST CABLE N/R (Delete) 19 100401001 2 SHIELDED TURRET POWER CABLE Qty: 8 Each 20 8016136 2 AVIONICS POWER AND VIDEO CABLE, RED Qty: 12 Each 21 8016171 2 AVIONICS RF CABLE (FOR PDB WITH GPS FILTER) Qty: 10 Each 22 8016538 2 PDB ENCRYPTION AND POWER CABLE SEGMENT 1 Qty: 10 Each 23 8016539 2 PDB ENCRYPTION AND POWER CABLE SECGMENT 2 Qty: 10 Each 24 8016100 2 SHIELDED TURRET POWER CABLE Qty: 10 Each 25 100301043 1 5-PORT ETHERNET SWITCH TEST CABLE N/R (Delete) Commercial Part No 26 790-042SD15MEPA N/A GLENAIR- SERIES 7 15 PIN CONNECTOR Qty: 8 Each 27 MWDM2L-15SBRP-.110 N/A GLENAIR- MICRO D SHELL, BOARD R/A, 15 POS FEMALE Qty: 8 Each 28 MWDM2L-9SBRP-.110 N/A GLENAIR- MICRO D SHELL, BOARD R/A, 9 POS FEMALE Qty: 8 Each 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. " Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. NAICS code e. RFQ Number N66001-17-T-6650 f. Requested Delivery date: 30 days after receipt of order (ARO) g. Preferred method of shipment: FOB Destination. Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. 252.203-7998 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements? Representation. (DEVIATION 2015-O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS? REPRESENTATION (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) This RFQ closes 9 Jan 2017 at 09:00 am, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T-6650. The point of contact for this solicitation is Fred Espiritu at Frederick.p.espiritu@navy.mil. Please include RFQ N66001-17-T-6650 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/467a65079481655f35eb3f951e69e876)
 
Record
SN04367241-W 20170112/170110233812-467a65079481655f35eb3f951e69e876 (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.