MODIFICATION
59 -- MK683 Cable Kit External Cable Set
- Notice Date
- 9/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 335931
— Current-Carrying Wiring 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-0178
- Archive Date
- 9/30/2017
- Point of Contact
- RACHEL T. SMITH, Phone: 805-228-0442
- E-Mail Address
-
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this modification is to extend the due date to 25 September 2017, NLT 5:00 PM Pacific Time. This is a combined synopsis/solicitation for commercial supplies 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-0178 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 335931 with a small business size standard of 500 employees. This requirement is a 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: Part Number 4000-4004-068, MK 683 CABLE KIT, EXTERNAL CABLE SET, seven (7) each. The sets per the assembly drawing consists of various sized cables that interconnect the computer and load the assembly that make up the MK-683, as well as attaching to the vertical launch weapon system for the purpose of passing signals on to the vertical launch weapons system to simulate different missile types, it passes signals so that the MK-683 can put a resistive load on the weapon system, these cables also allow MK-683 to run a self test internal diagnostic. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1) FOB Point: 2) Estimated Shipping Charges: (if applicable) (Ship To Zip Code: 93043-4711) (If you intend to submit freight costs, you must provide an estimated amount in order to be able to invoice the amount.) 3) Lead Time/Estimated Date of Delivery ARO: 4) Dun & Bradstreet #: 5) Cage Code #: 6) Tax ID #: 7) Business Size: 8) Special Small Business Sub-Category (if applicable): 9) Country of Origin for Item: 10) 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. Vendor must be currently active in the Central Contractor Registration (CCR) database. This registration is free and can be accessed at the System for Award Management (SAM) website, https://www.sam.gov. 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, which are incorporated herein by reference: • FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition • FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (a): 52.209-10, 52.333-3, and 52.333-4; the following clauses in paragraph (b): 52.204-10, 52.209-6, 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, and 52.232-33. • FAR Clauses: 52.204-7, 52.204-13, 52.204-16 52.204-17, 52.204-18, 52.204-19, 52.209-11, 52.219-6, 52.222-46, 52.232-39, 52.232-40, 52.233-1, 52.234-1, 52.243-1, 52.245-1, 52.245-9. 52.246-1, 52.246-16, and 52.252-2. • DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.247-7023, 252.246-7000, 252.211-7003, 252.211-7007, 252.211-7008, 52.245-7001, 52.245-7002, 52.245-7003, 52.245-7004, 252.225-7027, and 252-225-7028. • NAVSEA Clause HQ-G-2-0009. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator. It is requested that all questions be received no later than 08 September 2017, 5:00 pm Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals. 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 no later than 5:00 pm Pacific Time, 13 August 2017. 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. Statement of Work MK (MARK) 683 CABLE KIT, EXTERNAL CABLE SET I. Scope This Contract encompasses the tasks required to procure and deliver the following: MK (MARK) 683 CABLE KIT, EXTERNAL CABLE SET to the Government. This Contract is intended to be a Firm Fixed Price single award contract. The Contractor shall ensure the materials delivered to the Government are correct per assembly drawings provided as Government Furnished Information (GFI). Technical expertise will be required to understand and comply with assembly drawing and to identify discontinued or obsolete parts. II. Background The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) is tasked with procuring the following: MK (MARK) 683 CABLE KIT, EXTERNAL CABLE SET for the MK (Mark)-683 project for the purpose of FMS MOD 9 MK683 Test Sets. On time delivery of these materials is critical to meet program schedules. III. Definitions COTS - Commercial Off the Shelf DMSMS - Diminishing Manufacturing Sources and Material Shortages FOB - Freight On Board KO - Government Contracting Officer NSWC PHD - Naval Surface Warfare Center Port Hueneme Division SOW - Statement of Work IV. Tasks General: a) The Contractor shall deliver all items within the schedule specified in each delivery order. Drawings: b) Contractor shall not substitute, change, or modify Drawings. c) The Contractor shall manufacture and assemble all components per assembly drawing provided as GFI. The Contractor shall adhere to all applicable Military Standards, specifications, and requirements on each Drawing. d) If the Contractor determines the materials cannot be procured or materials listed are incompatible due to obsolescence / DMSMS, the Contractor shall contact the Government KO or COR to resolve any issues. The Contractor shall procure the following: DESCRIPTION PART NUMBER MK (MARK) 683 CABLE KIT, EXTERNAL CABLE SET 4000-4004-068 per assembly drawing parts list. Counterfeit Parts and Materials: e) The Contractor shall implement procedures to minimize the risk of procuring and / or using counterfeit parts and materials. Counterfeit parts may typically be used parts which have been refurbished and represented as new. These parts may or may not contain authentic components, and will often pass most if not all of the performance requirements and specifications. However, the part reliability may have been compromised during removal, handling, or remarking, and a reduced life can be expected. Counterfeit mechanical parts are typically improperly made, marked, or treated. Examples are improper anodize or heat treatments (including falsified data), mismarked parts sold as a higher grade material, or used parts such as fasteners and sockets. f) Solicitations and subcontracts for all suppliers shall contain a requirement for procedures to minimize the risk of procuring and / or using counterfeit parts and materials. V. Packaging All materials shall be packaged using best commercial practices. The various sized cables that interconnect the computer and load the assembly that make up the MK-683, as well as attaching to the vertical launch weapon system shall be individually packaged and marked with part numbers and serial numbers clearly visible on the sets. All packages shall be marked with the delivery order number and assembly date clearly visible on the package exterior. VI. Delivery The Contractor shall deliver materials to the Government via traceable means by the dates provided in the delivery order. Inspection and acceptance will be performed at the Naval Surface Warfare Center Port Hueneme Division. All materials shall be delivered with transportation prepaid and FOB Destination. The Government reserves the right to inspect and accept all materials up to 30 calendar days after receipt. Estimated delivery time is 180 days ARO. VII. Government Furnished Property / Information The Government will provide Government Furnished Information (GFI) for this Contract. The Contractor shall use the GFI only in the execution of this contract. All GFI shall be returned to the Government before the Contract ends. The Contractor shall retain no rights to the GFI or any derivatives thereof. VIII. Place of Performance The Contract shall be performed at the Contractor's facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0178/listing.html)
- Place of Performance
- Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN04674768-W 20170915/170913231433-5d1795d4b27089a69efd0b0d6d03719f (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 |