Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOLICITATION NOTICE

66 -- Chip Scale Atomic Clock - Attachment # 1 - Government Minimum Requirements

Notice Date
5/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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-0039
 
Point of Contact
Rosemary E. Shuman,
 
E-Mail Address
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment # 1 - Government Minimum Requirements This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-18-Q-0039. The North American Industry Classification Systems (NAICS) code for this requirement is 334519. The Small Business Size Standard is 500 employees. This action is being processed on an unrestricted basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs. NUWCDIVNPT intends to purchase one (1) base year and Four (4) Options on a Firm Fixed Price (FFP) basis in the quantities shown below: CLIN 0001: Chip Scale Atomic Clock (CSAC), QTY: 70/each CLIN 0002: Shipping, if applicable and separately priced for CLIN 0001, QTY: 1/Lot OPTION 1 CLIN 0003: CSAC, QTY: 10/each; OPTION 2 CLIN 0004: Shipping, if applicable and separately priced for CLIN 0003, QTY: 1/Lot OPTION 3 CLIN 0005: CSAC, QTY: 10/each; OPTION 4 CLIN 0006: Shipping, if applicable and separately priced for CLIN 0005, QTY: 1/Lot OPTION 5 CLIN 0007: CSAC, QTY: 10/each; OPTION 6 CLIN 0008: Shipping, if applicable and separately priced for CLIN 0007, QTY: 1/Lot OPTION 7 CLIN 0009: CSAC, QTY: 10/each; OPTION 8 CLIN 0010: Shipping, if applicable and separately priced for CLIN 0009, QTY: 1/Lot The proposed precision CSAC shall be in accordance with Attachment # 1 - Government Minimum Requirements. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements The required delivery date is four (4) weeks after receipt of order (ARO) or sooner. The Option Exercise dates are as follows: OPTION 1 and OPTION 2: One (1) year after award - FY 2019 OPTION 3 and OPTION 4: One (1) year after exercise of Option 1 and 2 - FY 2020 OPTION 5 and OPTION 6: One (1) year after exercise of Option 3 and 4 - FY 2021 OPTION 7 and OPTION 8: One (1) year after exercise of Option 5 and 6 - FY 2022 Please price the Options accordingly. The required delivery date for ALL Options is four (4) weeks After Option Exercise (AOE). Shipping is F.O.B. Destination: Newport, RI 02841-1708. Offerors must include shipping costs in quotes, if applicable. GSA and open market quotes will be accepted. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and 52.217-5 Evaluation of Options apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016), and 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) apply to this solicitation. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). If iRAPT does not apply, the Government's method of payment will be Government Purchase Card (VISA). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This action does not include any EIT or is exempt from Section 508 contract requirements. 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. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the items that meet the Government Minimum Requirements, in the required quantities; (2) the offeror must meet or exceed the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within Supplier Performance Risk System (SPRS) (formally known as PPIRS-SR) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNS number. Quotes must be received on or before Wednesday 16 May 2018 at 2:00PM EST. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted via electronic submission to Rosemary Shuman at rosemary.shuman@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0039/listing.html)
 
Record
SN04915605-W 20180510/180508231440-c527a7cd1e1fd45f9a5ae976d70fcb72 (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.