Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

59 -- Cabinet Assembly Storage - DRAWINGS_ZIPPED

Notice Date
8/11/2017
 
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 Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-T-0108
 
Archive Date
8/31/2017
 
Point of Contact
TERREN JO,
 
E-Mail Address
TERREN.JO@NAVY.MIL
(TERREN.JO@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supply and services 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-0108 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 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. This requirement is a Total Small Business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Quantity of three of the following: Cabinet Assembly Storage, MK 121 Mod 0 MAM Cabinet (P/N 7104709-9) IAW the drawings included in this solicitation. Quotes must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) 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. (6) Capability Statement wchich states the following: (a) The contractor's ability to manage the types and magnitude of tasking (b) The contractor's technical ability to perform the requirement with its own employees (c) The contractor's capacity to conduct the requirement. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. (Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability.) This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). 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, incorporated herein by reference: 52.204-2, Security Requirements. 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-17, Ownership or Control of Offeror. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.204-20, Predecessor of Offeror. 52.204-21, Basic Safeguarding of Covered Contractor Information Systems. 52.204-22, Alternative Line Item Proposal. 52.209-2, Prohibition on Contracting with Inverted DomesticCorporations - Representation. 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors. 52.212-3, Offeror Representations and Certifications. 52.212-4, Contract Terms and Conditions. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports. 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-50, Combatting Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. 52.232-36, Payment by Third Party. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.243-1, Changes-Fixed-Price. 52.246-1, Contractor Inspection Requirements. 52.246-16, Responsibility for Supplies. 52.247-34, F.O.B - Destination. 52.252-2, Clauses Incorporated by Reference. 52.252-6, Authorized Deviations in Clauses. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7003, Control of Government Work Product. 252.204-7004 Alt A, System for Award Management. 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Disclosure of Information to Litigation Support Contractors. 252.223-7008, Prohibition of Hexavalent Chromium. 252.225-7001, Buy American and Balance of Payments Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7048, Export Controlled Items. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006, Wide Area Workflow Payment Instructions. 252.232-7010, Levies on Contract Payments. 252.243-7001, Pricing of Contract Modifications. 252.247-7023, Transportation of Supplies by Sea. NAVSEA Clause 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. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Terren Jo via email at terren.jo@navy.mil no later than 16 August 2017 by 0900 AM 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-0108/listing.html)
 
Record
SN04625154-W 20170813/170811232114-ff7b4bcc6b4352b308c965111799d802 (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.