SOLICITATION NOTICE
61 -- 750KCMIL Copper Cable Brand Name or Equal to OMNI MFG PN AF875001
- Notice Date
- 1/29/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 335929
— Other Communication and Energy Wire Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 96860
- Solicitation Number
- N0060419Q4006
- Response Due
- 2/5/2019
- Archive Date
- 3/5/2019
- Point of Contact
- Mark Lowe 808-473-7545
- Small Business Set-Aside
- HUBZone
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be postedon both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060419Q4006. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 and DFARS Publication Notice 20181221. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 335929 and the Small Business Standard is 1,000 Employees. The proposed contract action is set-aside for SBA Certified HUBZone firms. Only quotes submitted by a SBA Certified HUBZone firm will be accepted by the government. Any quote that is submitted by a contractor that is not SBA Certified HUBZone Firm will not be considered for award. The Small Business Office concurs the set-aside decision. The proposed contract action is for a Brand Name or Equal product. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. The referenced brand name is not intended to be restrictive, but represent the minimum requirement of the Government. The salient physical, functional, or performance characteristics must be met in order for an equal item to be acceptable for award by the Government. It is the quoters responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered equal item. Therefore, if an equal item is quoted, the offeror shall submit all technical specifications for the Government to review in order to determine technical acceptability. Offerors must meet all salient characteristics listed in the item description in order to be found technically acceptable. A discount to the government is strongly encouraged. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the below item: CLIN 0001 Brand Name or Equal to OMNI MFG PN AF875001 Item - 750KCMIL Copper Cable Quantity 18,000ft (six reels of three 1000ft cables) Item Description - Power Cable, 600 Volt, 750 KCMIL, Tinned Copper Conductor, Class B stranding, Insulation: Ethylene Propylene Rubber (EPR) colored to contrast with Black lead-free XL-CPE Jacket, RHH/RHW-2/USE-2. Rated at 90 Degree Celsius wet or dry. Cable Reel: Three Single 1000ft. Power Cable rolled on one cable reel. Phase Markings: Each Power Cable must be phase marked the entire length with cable #1 phase marked Brown, cable #2 phase marked Orange, cable #3 phase marked Yellow. NOTE: Phase markings that are numerically marked (cable #1 - one, cable #2 - two, cable #3 three) by the manufacturer will be acceptable. Direct Ship to Pearl Harbor Hawaii 96860-4549. Delivery 30 days after date of order. The following FAR provisions and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.212-3 and Alt I Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - SAM 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htmand http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Buy American--Balance of Payments Program Certificate-Basic 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Offerors are to include FAR 52.212-3 Alt 1 (if there are any changes) with their quote. **Failure to include this attachment as instructed may result in your offer being deemed unresponsive.** This announcement will close at 1200 HST on Tuesday 05 February 2019. For any questions please contact Mark Lowe, who can be reached at 808-473-7545 or by email mark.lowe1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this procurement must be submitted by 1200 HST on Friday 01 February 2019. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of the lowest priced technically acceptable offer and a determination of responsibility. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made without further evaluating the technical quotes of other offers. The award will be made to the lowest priced technically acceptable offer. The contract will result in an award of a Firm-Fixed Priced Supply type contract. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4006/listing.html)
- Place of Performance
- Address: NAVFAC HAWAII, BLDG 44 400 MARSHALL ROAD RECEIVING DEPARTMENT, FLCPH CODE 444, Pearl Harbor , HI
- Zip Code: 96860
- Country: US
- Zip Code: 96860
- Record
- SN05205911-F 20190131/190129230038 (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 |