Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

59 -- Cable Assemblies

Notice Date
12/2/2019 10:22:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM320Q3004
 
Response Due
12/9/2019 7:00:00 AM
 
Archive Date
12/24/2019
 
Point of Contact
Rachel McCluskey, Phone: 2074386818, Fax: 2074382452
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
 
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 found at FAR 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 posted to FEDBIZOPPS. The RFQ number is SPMYM320Q3004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Change Notice 20191127. 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 this address: https://www.acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The FSC Code is 5935 and the NAICS code is 335929. The Small Business Standard is 1000 Employees. This requirement is being processed utilizing full and open competition after exclusion of sources.Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. This requirement is sole sourced to Teledyne (cage code 17476) due to the fact that they are the proprietary source of the cables, per drawing 1155634 REV K.The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: 0001: Cable Assembly, Teledyne part number 1155634-103. Cable Assembly (furnished with component end connector) (single connector end), cable type 2SWF-4, cable length 150 feet, plug type 1381071-101. Manufactured IAW drawing 1155634 REV K. Quantity of 1 Each. 0002: Cable Assembly, Teledyne part number 1155634-104. Cable Assembly (furnished with component end connector) (single connector end), cable type LSTTRS-4, cable length 150 feet, plug type 1381071-101. Manufactured IAW drawing 1155634 REV K. Quantity of 6 Each. 0003: Data Requirements: Certificate of Quality Conformance, DI-MISC-81356A, to provide the Government with notification that the cable assemblies have been manufactured IAW drawing 1155634 REV K. Please include in the price of CLINS 0001 and 0002 if possible. 1 set of data for each CLIN.FAR CLAUSES AND PROVISIONS52.202-1, Definitions52.203-3, Gratuities52.204-7, System for Award Maintenance52.204-13, SAM Maintenance52.209-5, Certification Regarding Responsibility Matters52.211-14, Notice of Priority Rating52.211-15, Defense Priority And Allocation Requirements52.212-1, Instructions to Offerors - Commercial Items;52.212-4, Contract Terms and Conditions - Commercial Items52.232-39, Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.242-15 Stop Work Order52.243-1, Changes Fixed Price52.246-1, Contractor Inspection Requirements52.247-34, F.O.B—Destination52.252-2 Clauses Incorporated by Reference52.253-1, Computer Generated Forms52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-SAMDFARS CLAUSES AND PROVISIONS252.203-7000 Requirements Relating to Compensation of Former DoD Officials,252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003. Control of Government Personnel Work Product252.204-7008 Compliance With Safeguarding Covered Defense Information Controls252.204-7011 Alternative Line Item Structure252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)252.204-7015, Disclosure of Information to Litigation Support Contractors252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability252.211-7003 Item Identification and Valuation252.223-7008 Prohibition of Hexavalent Chromium252.225-7001, Buy American Act & Balance of Payments Program252.225-7002, Qualifying Country Sources as Subcontractors252.232-7003, Electronic Submission of Payment Requests252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract Payments252.243-7001, Pricing of Contract Modifications252.243-7002, Requests for Equitable Adjustment252.244-7000, Subcontracts for Commercial Items252.246-7008, Sources of Electronic Parts252.247-7023, Transportation of Supplies By SeaDLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 52.211-9000 Government Surplus Material52.211-9011 Delivery Terms and Evaluation52.211-9014 Contractor Retention of Traceability Documentation52.211-9020 Time of Delivery-Accelerated Delivery52.211-9023 Substitution of Item After Award52.215-9023, Reverse Auction52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution52.246-9039 Removal of Government Identification from Non Accepted Supplies52.247-9012, Requirements for Treatment of Wood Packaging MaterialLOCAL CLAUSES (See Attachment for Full Text):YM3 A1: Additional InformationYM3 C500: Mercury Control (Supplies)YM3 C528: Specification ChangesYM3 D2: Marking of ShipmentsYM3 D4: Preparation for Delivery (Commercially Packaged Items)YM3 D8: Prohibited Packing MaterialsYM3 E2: Inspection and Acceptance (Destination)YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval ShipyardYM3 M8: Single Award for All ItemsQuoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM.This announcement will close at 10:00AM EST on Monday, December 9, 2019. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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 online at http://www.sam.gov/.If not the actual manufacturer - Manufacturer’s Name, Location, and Business Size must be provided. Please submit bids via fax at: 207-438-2452, via email at Rachel.mccluskey@navy.mil or through the mail to: Rachel McCluskey Code 503.RMBldg 153, 6th FloorPortsmouth Naval ShipyardKittery, Maine 03904All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a8d22a4ceb34a7e95ed326fe12150f6/view)
 
Place of Performance
Address: 37270, ME, USA
Country: USA
 
Record
SN05506703-F 20191204/191204045513 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.