Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
SOLICITATION NOTICE

93 -- N66001-19-Q-6975 Custom Inflatable Floats

Notice Date
8/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6975
 
Response Due
8/14/2019
 
Archive Date
9/13/2019
 
Point of Contact
Point of Contact - Eric V Loia, Contract Specialist, 6195539103; Anita Ferber, Contracting Officer, 619-553-9100
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation 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) Number N66001- 19-Q-6975. The North American Industry Classification System (NAICS) code applicable to this acquisition is 326199 All Other Plastics Product Manufacturing and the small business size standard is 750 employees. This procurement is a 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. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire supplies for twenty five (25) custom built inflatable floats that will be integrated into a maritime intelligence, surveillance and reconnaissance system that is scheduled for test and evaluation. To be considered acceptable and eligible for award, quotes must provide items that meet all specifications 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 NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 SAND FLOATS PER SK744-2307 REV 2 5 Each 0002 TOOLING SETUP 1 Lot 0003 SHIPPING FIRST 5 SAND FLOATS 1 Lot 0004 SAND FLOATS PER SK744-2307 REV 2 20 Each 0005 SHIPPING 20 SAND FLOATS 1 Lot 0006 TOOLING 1 Each The requested period of performance on or about 04 December 2019. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: NIWC PACIFIC ATTN: CARL LOSTROM, CODE 56410 X34190 4297 PACIFIC HWY, BUILDING 7 SAN DIEGO, CA 92110 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative technical approach on how all of the supplies will be provided during the requested period of performance. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted supplies to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies to line item 0001 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, 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. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: 0001 SAND FLOATS PER SK744-2307 REV 2; 25 CUSTOM BUILT INFLATABLE FLOATS, QTY 5 DELIVERED FOR FIRST ARTICLE TESTING, TO BE FOLLOWED WITH THE REMAINING 20 AFTER GOVT RECEIPT AND APPROVAL. 0002 TOOLING SETUP 0003 SHIPPING FIRST 5 SAND FLOATS 0004 SAND FLOATS PER SK744-2307 REV 2 0005 SHIPPING 20 SAND FLOATS 0006 TOOLING Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include 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 as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors 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 registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: NONE Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before the RFQ Due Date below. Questions must be uploaded on the SPAWAR e- Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6975. Include RFQ# N66001-19-Q-6975 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 14 August 2019 at 5:00PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6975. E-mail quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Eric Loia at eric.loia@navy.mil. Reference RFQ# N66001-19-Q-6975 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS DRAWINGS File entitled A1.5 DRAWINGS N66001-19-Q-6975 APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20180824. 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 clauses, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.207-4 Economic Purchase Quantity Supplies AUG 1987 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 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2 Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I Offeror Representations and Certifications Commercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 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 Iran Representation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System Statistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-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/notices/f2bdd7884dffd1808dcc8d4b466dd0a6)
 
Record
SN05401919-F 20190814/190812230037 (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.