Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

36 -- Fabrication of Machined Parts

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-8121
 
Response Due
9/19/2018
 
Archive Date
10/19/2018
 
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
AMENDMENT 0002 EFFECTIVE 13 SEPTEMBER 2018: 1. The closing date has been extended until Wednesday, 19 September 2018 at 1:00PM PST. 2. All other terms and conditions remain unchanged. ***************************************************************** AMENDMENT 0001 EFFECTIVE 13 SEPTEMBER 2018: 1. The closing date has been extended until Monday, 17 September 2018 at 11AM PST. 2. All other terms and conditions remain unchanged. ****************************************************************** 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- 8121. The NAICS code applicable to this acquisition is 332999 and the 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. 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 Projector Support, Aft Specifications: See attached files, "A1.5 DRAWING 02," "A1.5 DRAWING 03," and "A1.5 PARTS LIST 01" P/N: 8525902 QTY: 20 Each ITEM 0002 Projector Support, Fwd Specifications: See attached files, "A1.5 DRAWING 01," "A1.5 DRAWING 03," and "A1.5 PARTS LIST 02" P/N: 8525901 QTY: 20 Each Delivery Date: 4 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) The technical acceptability shall include the following: Factor I Technical Acceptability: The salient physical, functional, and performance characteristics that must meet are specified in Attachment 01- 05. Offerors shall provide a quote (no page limit) that identifies the items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified 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 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. Evaluation Factors for Award: Factor I Technical Acceptability: The Government will evaluate the quote to see if the proposed items meet the salient characteristics provided in the Attachment 01- Attachment 05. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis for Award: The Government intends to award a purchase order to the lowest priced offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF), and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Any offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I above. 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 Friday, 14 September 2018 at 11:00 AM, 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-8121. 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-8121 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 DRAWING 01 2.) A1.5 DRAWING 02 3.) A1.5 DRAWING 03 4.) A1.5 PARTS LIST 01 5.) A1.5 PARTS LIST 02
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cfa9bdf5194467429c767e9284d5aee2)
 
Record
SN05087222-W 20180915/180913231029-cfa9bdf5194467429c767e9284d5aee2 (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.