SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation For Xenon Corp. X-1100 Spiral Lamp System
- Notice Date
- 8/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-17-T-0220
- Response Due
- 8/29/2017
- Archive Date
- 9/28/2017
- Point of Contact
- Point of Contact - Micah J Sandusky, Contract Specialist, 619-553-4489; Jacob Ward, Contracting Officer, 619-553-9046
- E-Mail Address
-
Contract Specialist
(micah.sandusky@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for Brand-name Requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-17-T- 0220. The NAICS code applicable to this acquisition is 333999 and the small business size standard is 500 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, Quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated Contract Line Item is as follows: ITEM DESCRIPTION QUANTITY UNIT 0001 X-1100- LH912 IPL Spiral Lamp System 1 Each Consisting of: Benchtop Controller LH 912 Spiral Lamp Housing Type B Spiral Flashlamp LC 912 Light Chamber Light Filter, Box Fan Kit Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: 4297 Pacific Highway Building OT-7 San Diego, CA 92110 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the Offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Include the following certification and supply chain information. The certification statement below applies to line item 0001. Certification: "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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.)." Certification is not limited in pages. 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. Factor I Price: The price quote shall include the following and is limited to 4 pages: Offerors shall provide a unit price for each item and a total Firm-Fixed-Price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. Evaluation Factors for Award: Factor I Price: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated an "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis For Award: This procurement will use the Lowest Price Technically Acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable* quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. *This is a Brand Name Only requirement. In order to be considered technically acceptable, the quoter must propose the item(s) identified under CLIN 0001 above. Clause & Provisions: This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic; and 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Basic FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222- 36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.204-18 Commercial and Government Entity Code Maintenance (July 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.211-7003, Item Unique Identification and Valuation (Mar 2016) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013); 252.225-7001, Buy American and Balance of Payments Program (NOV 2014); 252.225-7036, Buy AmericanFree Trade Agreements Balance of Payments Program (Dec 2016); 252.227-7015, Technical DataCommercial Items (Feb 2014); 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.246-7008, Sources of Electronic Parts (Oct 2016); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014). This RFQ closes on 29 Aug 2017 at 10:00 AM, Pacific Time. Questions and 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- 0220. E-mail quote or offers will not be accepted. Late quotes will not be accepted. For e- Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Micah Sandusky at micah.sandusky@navy.mil. Please include RFQ# N66001-17-T-0220 on all inquiries. The due date for questions is 24 Aug 2017. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c24943b62afa610c9429d0d8e767596c)
- Record
- SN04638030-W 20170823/170821231514-c24943b62afa610c9429d0d8e767596c (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 |