Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

59 -- MK(Mark) 683 Computer Assembly Subsystem Internal Wiring

Notice Date
12/19/2019 12:30:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
FY19-13408
 
Response Due
1/7/2020 1:00:00 PM
 
Archive Date
01/22/2020
 
Point of Contact
Margaret N. Best, Phone: 5756784322
 
E-Mail Address
margaret.best@navy.mil
(margaret.best@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Document Type: Combined Solicitation/Synopsis Solicitation Number: N6339420T0003 NAICS: 335931 �� FSC/PSC: 5995 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 7 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Description: For Commercial Solicitations: This is a combined synopsis/solicitation for commercial items/services 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 2019-05 effective 13 August 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a Small Business Size Standard of �500� employees. This combined synopsis/solicitation is 100% set aside for small business concerns. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking the following: The government anticipates award of one (1) firm fixed priced contract to a responsible source for the following: MK (Mark) 683 Computer Assembly Subsystem Internal Wiring.� �P/N Custom Drawings for Wiring of CPU, 8 Each.� Quote shall include Base +3 Option Years. All Drawings can be viewed at https://safe.apps.mil/ �� To include shipping charges FOB Destination required to NSWC, PHD 93043-4307. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: The technical data package (drawing) contains information that is export controlled.� Only those companies that have completed DD Form 2345 and are certified under the Defense Logistics Agency (DLA) Joint Certification Program (JCP) in an active status are authorized to receive the package (http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx). Vendor also must be currently registered in the System for Award Manage (SAM) and not currently excluded or debarred, and are not currently delinquent on any federal debt (https://www.sam.gov/). Submission of quotes shall be received not later than 1/7/2020.� 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) Margaret Best, margaret.best@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 1/7/2020 at 14:00 P.M. Mountain STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to beta.sam.gov. It is the responsibility of interested vendors to monitor GSA 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: Price (Lowest Price Technically Acceptable). 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.� Technical capability will receive an �acceptable� or �not acceptable� rating.� 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 Description Acceptable:� 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 at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE CLAUSES: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab FAR 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.212-4 Contract Terms and Conditions�Commercial Items FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-46 Evaluation of Compensation DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003 Control of Government Personnel Work Product 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Full Text: FAR 52.204-17 Ownership of Control or Offeror (a) Definitions. As used in this provision� ������Commercial and Government Entity (CAGE) code� means� ���������� (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or ���������� (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. �����������Highest-level owner� means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. �����������Immediate owner� means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. ����� (b) The Offeror represents that it ?�has or ?�does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. ����� (c) If the Offeror indicates �has� in paragraph (b) of this provision, enter the following information: �����Immediate owner CAGE code: ____________________ �����Immediate owner legal name: ______________________ �����(Do not use a �doing business as� name) �����Is the immediate owner owned or controlled by another entity?: ?�Yes or ?�No. ����� (d) If the Offeror indicates �yes� in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: �����Highest-level owner CAGE code: ___________________ �����Highest-level owner legal name: ___________________ �����(Do not use a �doing business as� name) FAR 52.204-20 Predecessor of Offeror (a) Definitions. As used in this provision� ������Commercial and Government Entity (CAGE) code� means� ���������� (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or ���������� (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. ������Predecessor� means an entity that is replaced by a successor and includes any predecessors of the predecessor. ������Successor� means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term �successor� does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. ����� (b) The Offeror represents that it ?�is or ?�is not a successor to a predecessor that held a Federal contract or grant within the last three years. ����� (c) If the Offeror has indicated, �is� in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): ����������Predecessor CAGE code:??????????(or mark �Unknown�). ����������Predecessor legal name: ??????????. ����������(Do not use a �doing business as� name) FAR 52.204-22 Alternative Line Item Proposal (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror�s practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. ����� (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart� 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that� ���������� (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or ���������� (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. ����� (b) The Offeror represents that� It is � is not � a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and It is � is not � a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ���������� 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 Restrictions on Certain Foreign Purchases ���������� 52.232-33 Payment by Electronic Funds Transfer�System for Award Management ���������� 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). ���������� 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19�U.S.C.�3805 note)). �(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������� ����52.232-39 Unenforeability of Unauthorized Obligations ����������������� 52.232-40 Providing Accelerated Payments to Small Business Subcontractors ����������������� 52.233-1 Disputes ����������������� 52.233-3 Protest After Award ����������������� 52.233-4 Applicable Law for Breach of Contract Claim ����������������� 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act ����������������� 52.243-1 Changes�Fixed Price ����������������� 52.244-6 Subcontracts for Commercial Items � ����������������52.246-16 Responsibility for Supplies ����������������� 52.247-34 F.O.B. - Destination FAR 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): _____________________________________________ _____________________________________________ _____________________________________________ [Insert one or more Internet addresses] FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. ����� (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. DFARS 252.232-7006 Wide Area Workflow Payment Instructions ��Definitions.��As used in this clause� �������Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �������Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �������Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �������Payment request� and �receiving report� are defined in the clause at�252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. ��Electronic invoicing.��The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. ��WAWF access.��To access WAWF, the Contractor shall� ��Have a designated electronic business point of contact in the System for Award Management at�https://www.sam.gov; and ��Be registered to use WAWF at�https://wawf.eb.mil/�following the step-by-step procedures for self-registration available at this web site. ��WAWF training.��The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at�https://wawf.eb.mil/ ��WAWF methods of document submission.��Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. ��WAWF payment instructions.��The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: ��Document type.��The Contractor shall submit payment requests using the following document type(s): ��For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. ��For fixed price line items� ��That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ___________________________________________________________ ��For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ___________________________________________________________ ��For customary progress payments based on costs incurred, submit a progress payment request. ��For performance based payments, submit a performance based payment request. ��For commercial item financing, submit a commercial item financing request. ��) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. ��[Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] ��Document routing.��The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. ������������� ������������� ������������� ������������� �������������������������Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) ��Payment request.��The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. ��Receiving report.��The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. ��WAWF point of contact. ��The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. ___________________________________________________________ ��Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/761e85119da34e2d87cbde26aead78a8/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05521702-F 20191221/191219230155 (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.