Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

66 -- Power Temp Cards (PTC)

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling 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
N6339418T0085
 
Archive Date
8/11/2018
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Notice of Intent to Award a Sole Source Solicitation Number: N63394-18-T-0085 Posted Date: 06/28/2018 Original Response Date: 07/12//2018 Current Response Date: 07/26/2018 Product or Service Code: 6625 Set Aside: NAICS Code: 334519 Contracting Office Address Naval Surface Warfare Center (NSWC) Port Hueneme Detachment (PHD) 4363 Missile Way Port Hueneme, CA 93043-4307 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement is not a request for quotes or proposals but all responsible sources may submit a proposal or quotation which shall be considered by the agency. The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, Lockheed Martin, Cage Code 52088. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519, with a small business size standard of 500 Employees. NSWC PHD is requesting to purchase Power Temp Controller Cards for the MK41 Vertical Launching System. All responsible sources may submit a proposal or quotation which shall be considered by the agency for the following: Supplies (item description) •1. Power Temp Controller Card(PTC) P/N: 7382188-00 QTY: 25 Delivery shall be provided "no later than 12 months after receipt of order/award of contract. FOB Destination. The contractor shall deliver CLIN line item 0001 to: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 APPLICABLE SOLICITATION PROVISIONS •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.204-17 Ownership or Control of Offeror. •· FAR 52.204-20 Predecessor of Offeror. •· FAR 52.204-22 Alternative Line Item Proposal. •· FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. •· FAR 52.212-1 Instructions to Offerors-Commercial Items. •· FAR 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Price Past Performance Technical capability is more important than price. Past performance will be considered but is less important than technical capability and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) •· FAR 52.219-1 Small Business Program Representations. •· FAR 52.222-22 Previous Contracts and Compliance Reports. •· FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. •· FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. •· FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. •· DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. •· DFARS 252.204-7004 Alternate A, System for Award Management. •· DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. APPLICABLE CONTRAT CLAUSES •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. •· FAR 52.232-39 Unenforceability of Unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.212-4 Contract Terms and Conditions-Commercial Items. •· FAR 52.243-1 Changes-Fixed Price. •· FAR 52.247-34 F.o.b. Destination. •· FAR 52.252-2 Clauses Incorporated by Reference. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. •· DFARS 252.204-7003 Control of Government Personnel Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. •· DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •· DFARS 252.232-7006 Wide Area Workflow Payment Instructions. •· DFARS 252.232-7010 Levies on Contract Payments. •· DFARS 252.243-7001 Pricing of Contract Modifications. •· DFARS 252.244-7000 Subcontracts for Commercial Items. •· HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: •· FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards. •· FAR 52.219-6 Notice of Total Small Business Set-Aside. •· FAR 52.219-28 Post Award Small Business Program Representation. •· FAR 52.222-3 Convict Labor. •· FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. •· FAR 52.222-21 Prohibition of Segregated Facilities. •· FAR 52.222-26 Equal Opportunity. •· FAR 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-41 Service Contract Labor Standards. •· FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. Defense Priorities and Allocations System This is not a rated order under the Defense Priorities and Allocations System Instructions for Offerors 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 (Ruben Velasquez) at ruben.velasquez@navy.mil. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 07/12/2018. No questions will be accepted after 07/10/2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Additionally, please provide the following information: CAGE Code: Tax ID# (if applicable): GSA Contract Number (if applicable): Country Items are Manufactured: Lead Time or Period of Performance: Shipping Charges (if applicable): Is your company the OEM or proprietary for these products?: Company Size (large or small): Do you have distributors (if applicable)?: Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil): Quotations shall obtain the following: Offerors shall provide a capability statement discussing their ability to provide the required supplies. Capability statements shall not exceed two pages. Pages shall utilize one inch margins, and shall use no other font than 12 point Times New Roman. Capability statement should discuss similar work previously completed. EVALUATION FACTORS FOR AWARD Evaluation shall be made to the offeror whose quotation is the lowest-price technically acceptable. The government will evaluate information based on the following evaluation criteria: (1 ) Technical Capability. The offeror's technical capability will be assessed based upon the degree to which the capability statement demonstrates the Offeror's capability to perform the Government's requirement. Technical capability is more important than price. (2) Price. Total price will be evaluated. (3) Past Performance. Past performance will be considered. Past performance is less important than technical capability and price. BASIS FOR AWARD Technical Capability will be more important than price and past performance. Price will be more important than Past Performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0085/listing.html)
 
Place of Performance
Address: 4363 Missile Way, Port Hueneme, California, 93033, United States
Zip Code: 93033
 
Record
SN04997345-W 20180720/180718231143-2c1f50276adb962a4dadd0332784c0a3 (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.