Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

59 -- Multiple Relays

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-8103
 
Response Due
8/13/2018
 
Archive Date
9/12/2018
 
Point of Contact
Point of Contact - Ashley V Cooper, Contract Specialist, 619-553-4360; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(ashley.cooper@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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 under Request for Quote (RFQ) # N66001-18-Q- 8103. The NAICS code applicable to this acquisition is 335314 and the small business size standard is 750 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. THIS IS A BRAND NAME OR EQUAL TO LEACH INTERNATIONAL CORPORATION REQUIREMENT. 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: ITEM 0001 Relay TDH-1610-1001W Minimum Specifications: SPST (single pole, single throw) Non-latching Hermetically sealed, corrosion resistant metal can Contact rating: 115VAC/60Hz Resistive load current: 2mA Overload current: 150mA Nominal operating voltage: 28VDC Maximum operating voltage: 30VDC Coil resistance @ 25C:.1 Microampere Temperature: -55C - +125C Minimum operating cycles at rated load: 1,000,000 Operate time: 1,000ms max Release time: 10ms min Contact make bounce: 1ms max Mounting: Plug-in Terminals: Gold Plate, 8 Pins, 0.040 0.001 DIA, 0.050 0.001 Polarizing Pin MIL-G-45204 Type II, Class 2, Grade C Shock: 1100G @ 0.5ms MIL-PRF-83726/25 See Attachment 1, "A1.5 GOVT MINIMUM SPECS" See Attachment 2, "A1.5 RELAY REQUIREMENTS" MFG: Leach International Corporation (or Equal) P/N: 288-0062-510-014 (or Equal) QTY: 75 Each ITEM 0002 Relay X-A1A-300M Minimum Specifications: 2PDT (double pole, double throw) Non-latching Hermetically sealed, corrosion resistant metal can Contact rating: 28VDC Nominal operating voltage: 28VDC Maximum operating voltage: 29VDC Coil resistance @ 25C: 500 ohm (10%) Temperature: -70C - +125C Minimum operating cycles at rated load: 100,000 Operate time: 4ms max Release time: 4ms max Contact make bounce: 0.5ms max Mounting: Plug-in Can Size: 0.640 max height, 0.810 max width Terminals: PCB, 8 Pins 0.040 0.002 DIA, 0.050 0.002 Polarizing Pin, tin/lead Schematic/Layout: as per drawing Mil-STD-202 Method 214, 1G, 15min per plane Shock: 200G @ 6ms MIL-PRF-6106 See Attachment 1, "A1.5 GOVT MINIMUM SPECS" See Attachment 2, "A1.5 RELAY REQUIREMENTS" MFG: Leach International Corporation (or Equal) P/N: 233-0277-002-QPL (or Equal) QTY: 1,000 Each Delivery Date: 24 Weeks or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: 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 and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Be submitted in electronic PDF or Excel format; and 4. Quote FOB Destination 5. Include Payment Terms Net 30 (Payments made through WAWF/iRAPT) 6. Include the following certification and supply chain information. The certification statement below applies to line items 0001 through 0002. 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. The technical acceptability shall include the following: Factor I Technical Acceptability: The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an "equal" product must meet are specified in Attachments 01 & 02 and in the item descriptions given above. Offerors shall provide a quote (no page limit) that identifies the Brand Name items or "Equal" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. When proposing an "equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance characteristic specified in Attachments 01 & 02 and in the item descriptions given above. To propose an "equal" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics provided in Attachments 01 & 02 and in the item descriptions given above. The price quote shall include the following: Factor II Price: The price quote shall include the following: Offerors shall provide a unit price for each brand name or equal item and a total firm-fixed-price for all line items. The total firm- fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. The past performance shall include the following: Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Evaluation Factors for Award: Factor I Technical Acceptability: The Government will evaluate the quote to see if the proposed items are either (1) the Brand Name items, or (2) Equal items that meet the salient characteristics provided in Attachments 01 & 02 and in the item descriptions given above. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis for Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a purchase order 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 FAR and DFARS provisions apply to this acquisition: 52.204-7, System for Award Management (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-20, Predecessor of Offeror (Jul 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); 52.219-1 and Alt I, Small Business Program Representations (Oct 2014) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation (Dec 2016) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 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 FAR and DFARS 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) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). 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) 52.232-25, Prompt Payment (Jul 2013) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (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); 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7001, Buy American and Balance of Payment 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); 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7008, Sources of Electronic Parts (Oct 2016). This RFQ closes on Monday 13 August 2018 at 1:00 PM, 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- 8103. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Ashley Cooper at ashley.cooper@navy.mil. Please include RFQ# N66001-18-Q-8103 on all inquiries. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code. Attachments: 1. A1.5 GOVT MINIMUM SPECS 2. A1.5 RELAY REQUIREMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0ab904129587a4a6a123000394dc309)
 
Record
SN05023668-W 20180809/180807231109-a0ab904129587a4a6a123000394dc309 (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.