Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SOLICITATION NOTICE

53 -- Door Hardware - REDACTED BRAND NAME JUSTIFICATION

Notice Date
9/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic 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
N6339417T0187
 
Archive Date
10/12/2017
 
Point of Contact
TERREN JO,
 
E-Mail Address
TERREN.JO@NAVY.MIL
(TERREN.JO@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
REDACTED BRAND NAME JUSTIFICATION 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-0187 and is issued as a Request for Quote (RFQ). 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 334419 with a small business size standard of 750 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 ( with Brand Name products as listed - please see redacted Brand Name Justification for more information ): <col style="width: 45pt; mso-width-source: userset; mso-width-alt: 2194;" span="1" width="60"><col style="width: 206pt; mso-width-source: userset; mso-width-alt: 10057;" span="1" width="275"> Quantity Supply 2 SCH ND80PDEU RHO 626 24V 2 ACS 1102 4.5X4.5 US26D BB1279 2 SCH ND80PDEU RHO 626 24V 2 ACS 1102 4.5X4.5 US26D BB1279 6 VND 99EO-F US26D 3' 6 VND 996L-RV 06 RHR US26D Lever 6 VND 050672 E996 R/VC Conv 4 SCH5204 SCH PS902 Power Supply 4 SCH 5207 SCH 900-4R Relays 5 SCH ND80PDEU RHO 626 24V 5 ACS 1102 4.0X4.0 US26D RC1279 6 Kee K-DLA Amored Door Loop 4 VND EL KIT 33/99 4' 050078 2 SCH ND80PDEU RHO 626 24V 2 ACS 1102 4,5X4.5 US26D BB1279 1 ACS 1102 4,5X4.5 US26D BB1279 4 Hirsch SNIB 3 Network Cards 4 Hirsch CCM-F Command Modules 10 Bosch DS160 Request to Exits 10 Door Contacts 10 Hirsch MELM3 Door Modules 2000 feet 18/2 Power Cable 2000 feet 18/6 Reader Cable 2000 feet 22/4 Access Cable Bid must be good for a minimum of 60 calendar days after close of the RFQ. Terms are Net 30. Shipping charges must be included in the price, the required delivery date (RDD) is 4 weeks ARO, and shipping is F.O.B. Destination. 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) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. 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: 52.204-7, 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. 52.204-22, Alternative Line Item Proposal. 52.209-2, Prohibition on Contracting with Inverted DomesticCorporations - Representation. 52.209-4, First Article Approval - Government Testing 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. 52.212-1, 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. 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). It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 19 August 2017 by 0500 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/N6339417T0187/listing.html)
 
Record
SN04675766-W 20170915/170913232256-8ea23ebf4ec53757c24bf2f8a30cc9bd (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.