Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

61 -- UPS AND BACK-UP POWER SUPPLIES

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-6005
 
Response Due
1/29/2018
 
Archive Date
2/28/2018
 
Point of Contact
Point of Contact - Cynthia M Horriat, Contract Specialist, 619-553-3755; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(cynthia.horriat@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for a total small business set aside prepared in accordance with the format in FAR 52.219-6, 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 for under Request for Quote (RFQ) # N66001-18- Q-6005. The NAICS code applicable to this acquisition is 335999 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 items are as follows: See attached Specifications for Line Items 0001 thru 0012. Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation (MAR 2016). If there is a cost for the UID Label, please list it as a separate line item (see attached clause). Delivery Date: 30 days or sooner after receipt of order (ARO) Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: N66001 SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, BLDG OT7 San Diego, CA 92110-5000 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English, showing the offeror business name, address, telephone number, e-mail address of the Offeror point of contact, business size and type of small business; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format; and 5. Include the following certification and supply chain information. The certification statement below applies to line items 0001 thru 0012. 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 US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." 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. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered and shall not exceed ten pages. 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 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 provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17, Ownership or Control of Offeror (Jul 2016) FAR 52.204-20, Predecessor of Offeror (Jul 2016) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (Nov 2015) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017) FAR 52.219-1 and Alt I, Small Business Program Representations (Oct 2014) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation (Dec 2016) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.217-7026, Identification of Sources of Supply (Nov 1995) 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992) The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.219-6, Notice of Total Small Business Set-AsideAlt I (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-25, Prompt Payment (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7006, Billing Instructions (Oct 2005) 252.204-7011, Alternative Line Item Structure (Sep 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.211-7003, Item Unique Identification and Valuation (Mar 2016) 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016) 252.225-7036, Buy American- Free Trade AgreementsBalance of Payments Program- Basic (Dec 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 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) 252.239-7018, Supply Chain Risk (Oct 2015) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7003, Notification of Potential Safety Issues (Jan 2013) 252.246-7008, Sources of Electronic Parts (Oct 2016) This RFQ closes on Monday, 29 January 2018 at 10:00 A. M. Pacific Standard 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/N66001-18-Q-6005. The point of contact for this solicitation is Cynthia Horriat at cynthia.horriat@navy.mil. Please include RFQ N66001-18-Q-6005 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov. Complete SAM registration means a registered DUNS, CAGE Code and Federal Tax ID Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eaf1c60eb331b9afef6cc4aea0435525)
 
Record
SN04792723-W 20180120/180118230956-eaf1c60eb331b9afef6cc4aea0435525 (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.