Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
MODIFICATION

59 -- Boards and Ribbon Cables

Notice Date
9/9/2019
 
Notice Type
Modification/Amendment
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-19-Q-2319
 
Archive Date
9/25/2019
 
Point of Contact
Ashley Zannikos, Phone: 4018322414
 
E-Mail Address
ashley.zannikos@navy.mil
(ashley.zannikos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-2319. The North American Industry Classification System (NAICS) Code for this acquisition is 334418. The Small Business Size Standard is 750 employees. This procurement is being competed as a 100% Small Business set-aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). NUWCDIVNPT intends to purchase the following brand name items, no substitutions, on a firm-fixed price basis : CLIN 0001 - 64-Channel 16-Bit A/D PCIe Boards (Part number: PCIe-16AI64SSC-64-49.152M-0-0-80P); Quantity: 6, Each. CLIN 0002 - Ribbon Cable, Shielded, 1.5' A/D 80-pin High Density Cable (Part number: CBL1.5SH-16A164SSC-W2); Quantity: 5, Each. CLIN 0003 - Ribbon Cable, Shielded, 4.5' A/D 80-pin High Density Cable (Part number: CBL4.5SH-16A164SSC-W2); Quantity: 5, Each. Offerors shall quote new, General Standards brand name items (no substitutions) in accordance with the redacted attachment "Brand Name Requirements". All offers shall be accompanied by complete technical specifications demonstrating that the products meet the Government's minimum requirements. Required delivery terms are F.O.B. Destination to Naval Station Newport, RI, 02841-1708. The required delivery date for CLIN 0001 is December 6th 2019, or sooner. The required delivery date for CLIN 0002 and CLIN 0003 is three (3) weeks After Receipt of Order (ARO), or sooner. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information --DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If UID applies, Payment will be made via Wide Area Workflow; otherwise, the Government's preferred method of pay is via Credit Card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. Additional terms and conditions: -Section 508: This procurement is exempt from Section 508 contract requirements in accordance with FAR 39.204(d). -Defense Priorities and Allocations System (DPAS) rating is DO-C9. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required items, meeting the brand name and minimum requirements, in the required quantities; (2) the offeror must meet the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. In order to be considered for award, the offeror shall be a General Standards authorized reseller. Authorized reseller status will be verified by the Government with General Standards prior to award. Offerors shall include the following information with submissions: (1) price, (2) delivery terms and assembly terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number. Quotes must be received on or before 4 September 2019 at 2:00 PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Ashley Zannikos at Ashley.zannikos@navy.mil. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2019-08-30 14:03:14">Aug 30, 2019 2:03 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2019-09-09 11:27:44">Sep 09, 2019 11:27 am Track Changes Amendment 01 is issued to extend the closing date of this solicitation from September 4th 2019 to September 6th 2019. **Amendment 02: Amendment 02 is issued to extend the response date of the RFQ to September 10th 2019 and to revise the required delivery date for CLIN 0001 to December 6th 2019, or sooner. NOTE: Early and partial deliveries for all CLINs are acceptable. All other RFQ terms and conditions remain unchanged.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-2319/listing.html)
 
Place of Performance
Address: 1176 Howell Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN05436927-W 20190911/190909231059-2516792a1218e4d5722470f8edc5a78b (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.