Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOLICITATION NOTICE

99 -- Brand Name Audio Visual Equipment - Brand Name Specification - Required Part Numbers - UW C20003

Notice Date
4/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-1823
 
Archive Date
5/9/2017
 
Point of Contact
Dawn A. Griffin, Phone: 4018324005
 
E-Mail Address
dawn.griffin@navy.mil
(dawn.griffin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UW C-2-0003 Clause Required Part Numbers Brand Name Specification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-17-Q-1823. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the purchase of Sharp audio visual equipment along with other brand name audio visual components. Refer to the list of required part numbers which are being purchased on a sole make and model basis; no substitutions allowed (see Brand Name Specification) and brand name or equal basis. The basis for the sole make and model is that the audio visual equipment is part of an integrated system and substitution of equipment would impact the overall optimal system operation. This procurement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334310; the Small Business Size Standard is 750 employees. The resultant contract will be a Firm Fixed Priced Contract. Required delivery is fifteen (15) days ARO, F.O.B. Destination, Newport, RI 02841. Payment will be via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), and 252.204-7012, Safeguarding Covered Defense information and Cyber Incident Reporting (Dec 2015) apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. 508 applies to this requirement, see Clause UW C-2-0003 attached. DFARS Clause 252.211-7003 Item Identification and Valuation applies to this solicitation for CLINs 0003 and 0023 which are anticipated to have a unit cost of $5,000 or more. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the sole make and model items listed (no substitutions allowed) in quantities specified and the offer meets the delivery requirement specified above. Failure to propose all the required items will render your quote ineligible for award. In order to determine technically acceptable: (1) the offeror must provide the items required by this solicitation, no substitutions allowed, as specified in the attached Government System Configuration Specifications, and in the required quantities; on the brand name or equal part numbers, when quoting an equal, offerors must submit a specification sheet for that part number and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted electronically to Dawn A. Griffin at dawn.griffin@navy.mil and must be received on or before Monday, 24 April 2017, 2:00PM EST. Offers received after the closing date are late and will not be considered for award. For information on this acquisition contact Dawn A. Griffin at 401-832-4005.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-1823/listing.html)
 
Place of Performance
Address: NUWC Newport Division, Newport, Rhode Island, 02841-1708, United States
Zip Code: 02841-1708
 
Record
SN04478367-W 20170421/170419235341-8f88e53e32f7c343271ebb5590e8cd02 (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.