Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

59 -- I/O Panel Component Replacement Parts - J&A Brand Name Mandatory

Notice Date
5/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-17-Q-0014
 
Point of Contact
Brandi L. Sorzano, Phone: 3017446908
 
E-Mail Address
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-16-Q-0049 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 335999. The SB size standard for this code is 500 employees. This is a BRAND NAME MANDATORY REQUIREMENT. CLIN0001 – 2 EACH: SIE P13363BA00 SITOP PS AC 120/ CLIN0002 – 2 EACH: SIE 6EP13343BA10 POWER_SPLY_SITOP CLIN0003 – 2 EACH: SIE 6EP19613BA21 SITOP PSE202U RE CLIN0004 - 2 EACH: SIE 6EP19613BA10 SITOP SIGNALING CLIN0005 – 2 EACH: SIE 6ES71532AR040XA0 MODULE RED B CLIN0006 – 2 EACH: SIE 6ES73211BH020AA0 MODULE INPUT CLIN0007 – 2 EACH: SIE 6ES73221BH010AA0 SIMATIC S7-3 CLIN0008 – 2 EACH: SIE 6ES73261BK020AB0 SM326 F-DI 2 CLIN0009 – 2 EACH: SIE 6ES73262BF100AB0 SM326 F-DO10 CLIN0010 – 2 EACH: SIE 6ES73364GE000AB0 SM 336 F.AI CLIN0011 – 2 EACH: SIE 6ES73328TF010AB0 SIMATIC DPSM CLIN0012 – 2 EACH: SIE 6ES73317TF010AB0 SIMATIC DPSM CLIN0013 – 2 Each SIE 6ES71971LA120XA0 Y-LINK F. CO All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): www.acquisition.gov or farsite.hill.af.mil (End of provision) FAR 52.204-2 Security Requirements; FAR 52.204-3 Taxpayer Identification; FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 – Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes—Fixed Price; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 – Requirement to inform Employees of Whistleblowers Rights; DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7005 Oral Attestation of Security Responsibilities; DFAR 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFAR 252.225-7048 Export – Controlled Items; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.232-7010 Levies on Contract Payments (Research and Development); DFAR 252.243-7001 Pricing of Contract Modifications; DFAR 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea;. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-6632 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at NSWC IOHEODTD not later than 1100 (11:00 a.m.) Eastern Standard Time on 5 June 2016. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-17-Q-0014/listing.html)
 
Place of Performance
Address: NSWC IHEODTD, INDIAN HEAD, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04524617-W 20170528/170526235121-9c2b0d1895721b9df8c682d19e8c8a5f (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.