SOLICITATION NOTICE
66 -- Optical Spectrum Analyzer - Attachment #1 Minimum Requirements
- Notice Date
- 5/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2000
- Point of Contact
- Karen L. Sampson, Phone: 401-832-4343
- E-Mail Address
-
karen.sampson@navy.mil
(karen.sampson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Optical Spectrum Analyzer minimum requirements. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Amendments will be posted to the FEDBIZOPPS website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring this site for any amendments. Request for Quote (RFQ) number is N66604-18-Q-2000. This requirement is being solicited as Unrestricted under North American Industry Classification System (NAICS) Code 334515, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 750 employees. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase Optical Spectrum Analyzer on a Firm Fixed Price (FFP) Basis, as follows: CLIN 0001 - Quantity 1 each- Optical Spectrum Analyzer per the attached minimum specifications. Quotes shall include product information to show it meets the minimum requirements stated in this solicitation, delivery time and shipping charges, if applicable, F.O.B. Destination to Newport, RI 02841. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet the minimum specifications listed in the Attachment and can meet the required delivery date of 60 days from date of purchase order, FOB Destination- Newport, RI. The Government may consider past performance information. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," and 52.209-11 "Representation by Corporations Regarding Delinquent Tax also apply to this solicitation." DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Payment will be via Wide Area Workflow. This solicitation does not include 508 requirements. The following addenda or additional terms and conditions apply: Defense Priorities Allocations System (DPAS) rating is DO-C9. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote represents the lowest price technically acceptable quote. In order to be determined technically acceptable: (1) the offeror must quote the item specified, in their required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently Supplier Performance Risk System (SPRS)) may render a quote being deemed technically acceptable. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. All timely quotes will be considered. Quotes must be submitted via email to karen.sampson@navy.mil on or before 2:00 p.m. on 15 May 2018. For questions pertaining to this acquisition, please contact Karen Sampson by email: karen.sampson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2000/listing.html)
- Record
- SN04914420-W 20180510/180508230958-532e23782fc3dfa5052f329040218663 (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 |