Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
SOLICITATION NOTICE

60 -- METER/CONTROLLER/CONNECTOR

Notice Date
6/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-T-0126
 
Archive Date
7/25/2017
 
Point of Contact
PAM J STILES, Phone: 805-228-8754, Mark Toner,
 
E-Mail Address
pamela.stiles@navy.mil, mark.toner@navy.mil
(pamela.stiles@navy.mil, mark.toner@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 FAR 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 is N63394-17-T-026 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334514. UN-RESTRICTED, COMPETITIVE Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: •1. Water Meter for Remote Rate Indication, P/N: FTB4607, QTY: 10 •2. Temp, Process Controller, P/N: CNI3233, QTY: 10 •3. RTD Sensor WITH M12 connector, P/N: PR-21SL-3-100-A-0400-M12-1, QTY: 2 •4. Std. Threaded Thermowell, P/N: 3/4-260S-U101/2-304SS, QTY: 2 •5. Pre-fab M12 cable, P/N: M12C-PUR-4-S-F-10, QTY: 2 •6. Pressure Transducer, P/N: PX219-200G-I, QTY: 2 •7. Pressure Snubber, P/N: PS-4E-316SS, QTY: 2 •8. 1/32 DIN Temp and Process Display, P/N: DPI-32, QTY: 2 Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. In the event the Buyer is a federal agency of the United States government, any provisions contained within Seller's quote (e.g., indemnification provisions, attorney's fee provisions, etc.) that conflict with or violate applicable Federal laws, statutes and regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are null and void and without effect. Should there be a conflict, the applicable Federal laws, statutes, regulations, including the FAR & DFARS, shall apply. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to total price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in. 4. If freight charges apply, please advise the estimated shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time 6. Is this on a GSA Contract Schedule If so, please advise the GSA Contract number and its expiration date. 7. Is your company OEM or PROPRIETARY for these products? 8. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 9. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-2 FAR 52.204-7 FAR 52.204-13 FAR 52.204-16 FAR 52.204-17 FAR 52.204-18 FAR 52.204-19 FAR 52.204-20 FAR 52.209-6 FAR 52.209-10 FAR 52.209-11 FAR 52.212-3 ALT I FAR 52.219-28 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-36 FAR 52.222-50 FAR 52.223-18 FAR 52.232-39 FAR 52.232-40 FAR 52.233-3 FAR 52.233-4 DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.203-7005 DFARS 252.204-7003 DFARS 252.204-7008 DFARS 252.204-7009 DFARS 252.204-7012 DFARS 252.204-7015 DFARS 252.225-7048 DFARS 252.232-7010 DFARS 252.247-7023 NAVSEA HQ-G-2-0009. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 10 July 2017, 5:00 pm PST. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0126/listing.html)
 
Record
SN04560950-W 20170630/170628234805-c7f463c860c5f49dcd8f324cd2720fcb (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.