Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

70 -- Verso Module Europa 7 & 9 Slot Card Cage Assembly

Notice Date
12/12/2019 1:02:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339420T0013
 
Response Due
12/27/2019 5:00:00 PM
 
Archive Date
01/11/2020
 
Point of Contact
Brian Carpenter
 
E-Mail Address
brian.carpenter1@navy.mil
(brian.carpenter1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATIONFY Number: FY20-08887Solicitation Number: N6339420T0013NAICS: 334417FSC/PSC: 7035Contracting Office Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION4363 MISSILE WAYPORT HUENEME, CA. 93043-4307Place of Delivery Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION BLDG 4354363 MISSILE WAYPORT HUENEME, CA. 93043-4307 Description: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; quotations are being requested, and a written solicitation will not be issued.This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-09.The associated North American Industrial Classification System (NAICS) code for this procurement is 334417 with a Small Business Size Standard of 1,000 employees.This combined synopsis/solicitation is 100% set aside for small business concerns.The Naval Surface Warfare Center, Port Hueneme Division is seeking the following:1. Nomenclature: Verso Module Europa P2 7 Slot Card AssemblyNAVSEA Part #: V8077EPDBLD16T-10996 R.EQuantity: 102. Nomenclature: Verso Module Europa P2 9 Slot Card AssemblyNAVSEA Part #: V8099EPDBLD16T-10997 R.EQuantity: 10Shipping FOB Destination pricing to NSWC, PHD 93043-4307.DEFENSE PRIORITIES AND ALLOCATIONS SYSTEMThis is not a rated order under the Defense Priorities and Allocations SystemINSTRUCTIONS TO INDUSTRY:Submission of quotes shall be received not later than 12/27/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Brian Carpenter at brian.carpenter1@navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 12/27/2019 05:00 P.M. PACIFIC STANDARD TIME.All changes to the requirement that occur prior to the closing date will be posted to Beta SAM. It is the responsibility of interested vendors to monitor Beta SAM for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.Additionally, please provide the following information:CAGE Code?Tax ID# (if applicable)?GSA Contract Number (if applicable)?Country where items are manufactured (if applicable)?Lead Time or Period of Performance?Shipping Charges (if applicable)?Is your company the OEM or proprietary for these products?Company Size (large or small)?Do you have distributors (if applicable)?Are the items quoted available on a commercial, published, or on-line price listing?Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)?The following factors will be used to evaluate quotes:Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria:1. Price (Lowest Price Technically Acceptable)2. Technical Capability. The Vendor’s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation and adherence to the Statement of Work. Technical capability will receive an “acceptable” or “not acceptable” rating. 3. Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000.Adjectival Rating DescriptionAcceptable: Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.Unacceptable: Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.The full text of FAR provisions or clauses may be accessed electronically athttp://acquisition.gov/far/http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htmlhttp://farsite.hill.af.mil/APPLICABLE CLAUSESFAR 52.204-7 System for Award ManagementFAR 52.204-16 Commercial and Government Entity Code ReportingFAR 52.204-17 Ownership or Control of OfferorFAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.204-20 Predecessor of OfferorFAR 52.204-22 Alternative Line Item ProposalFAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky LabFAR 52.209-10 Prohibition on Contracting With Inverted Domestic CorporationsFAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction und any Federal LawFAR 52.219-6 Notice of Total Small Business Set-AsideFAR 52.222-3 Convict LaborFAR 52.222-50 Combating Trafficking in PersonsFAR 52.225-13 Restrictions on Certain Foreign PurchasesFAR 52.232-33 Payment by Electronic Funds Transfer - System for Award ManagementFAR 52.232-39 Unenforceability of Unauthorized ObligationsFAR 52.232-40 Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-1 DisputesFAR 52.233-3 Protest After AwardFAR 52.233-4 Applicable Law for Breach of Contract ClaimFAR 52.243-1 Changes - Fixed PriceFAR 52.246-1 Contractor Inspection RequirementsFAR 52.246-2 Inspection of Supplies-Fixed PriceFAR 52.246-16 Responsibility for SuppliesFAR 52.247-34 F.O.B. DestinationDFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirement to Inform Employees of Whistleblower RightsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance EvaluationsDFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense ContractorsDFARS 252.223-7008 Prohibition of Hexavalent ChromiumDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.231-7000 Supplemental Cost PrinciplesDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 Wide Area WorkFlow Payment InstructionsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.243-7001 Pricing of Contract ModificationsDFARS 252.244-7000 Subcontracts for Commercial ItemsDFARS 252.246-7008 Sources of Electronic PartsDFARS 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff56d1e8a6584e359138e63aadd70cff/view)
 
Place of Performance
Address: CA-06, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05515719-F 20191214/191212230310 (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.