Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

59 -- Custom Cable Assemblies with Teledyne and Subconn Connectors

Notice Date
1/13/2020 12:03:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6071
 
Response Due
1/15/2020 8:59:59 PM
 
Archive Date
04/14/2020
 
Point of Contact
Ashley Cooper
 
E-Mail Address
ashley.cooper@navy.mil
(ashley.cooper@navy.mil)
 
Awardee
null
 
Description
RESPONSES TO THIS NOTICE ARE DUE BY 4:00:00 PM Eastern, WHICH SUPERSEDES THE 11:59pm EASTERN RESPONSE TIME SHOWN IN THE GENERAL INFORMATION SECTION ABOVE. As a reminder, the response time identified in the Solicitation Instruction to offerors is the final authority of when responses are due. _____________________________________________________________________ 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 only the solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-20-Q- 6071. For information regarding this solicitation, contact Ashley Cooper by phone at 619- 553-4360 or by e-mail at ashley.cooper@navy.mil. Please use the subject line ""N66001- 19-Q-6071"" on your e-mail messages. Questions and quotes must be uploaded on the NIWC e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6071. E-mail quotes or offers may not be accepted. For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. THIS IS A BRAND NAME, DO NOT SUBSTITUTE REQUIREMENT. To be considered acceptable and eligible for award, quotes must provide all of the items 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 0001 Cable Assembly IE55-1206-CCP // 51.77 IN SPC01(6COND22#) // PMCIL-8-MP // MCDLS/F With Labels on Each End (A00187) - Hook Up Per Drawing Ref: A1.5 DRAWING 1_A00187 QTY: 5 Each Item 0002 Cable Assembly MKSW-519-CCR // 6 IN FMXCAT5000 CAT 5E CABLE // Y-MOLD // IL4M // 1FT 16/4 SO CABLE // MCOM8M // 1FT FM022208-8 � 3 With Labels on Each End (A00207A) - Hook Up Per Drawing Ref: A1.5 DRAWING 2_A00207A QTY: 7 Each Item 0003 Cable Assembly PMCIL8M // MCDLS-F // 1.5FT SPC03(10COND22#) // MKSW- 307-CCR With Labels on Each End (A00211) - Hook Up Per Drawing Ref: A1.5 DRAWING 3_A00211 QTY: 5 Each Item 0004 Cable Assembly IE55W-1002-CCP // 24 IN 18-2 SO CABLE // LPIL2F With Labels on Each End (A00507) - Pin to Pin Hook Up QTY: 13 Each Item 0005 Cable Assembly IE55W-1003-CCP // 38 IN 18-3 SO CABLE // IE55W-1003-CCP With Labels on Each End (A00508) - Pin to Pin Hook Up QTY: 13 Each Item 0006 Cable Assembly IE55W-1003-CCP // 76 IN 18-3 SO CABLE // IE55W-1003-CCP With Labels on Each End (A00508) - Pin to Pin Hook Up QTY: 13 Each Item 0007 Cable Assembly IE55-1206-CCP // 42 IN SPC01 CABLE // IE55-1206-CCP With Labels on Each End (A00510) - Pin to Pin Hook Up QTY: 25 Each Item 0008 Cable Assembly IE55W-1003-CCP //42 IN 18-3 SO CABLE // IE55W-1003-CCP With Labels on Each End (A00511) - Pin to Pin Hook Up: QTY: 25 Each Item 0009 Cable Assembly IE55-1206-CCP // 262 IN SPC01 CABLE // IE55-1206-CCP With Labels on Each End (A00528) - Pin to Pin Hook Up QTY: 5 Each Item 0010 Connector IE55W-1003-BCR MFG: Teledyne Impulse QTY: 120 Each Item 0011 Connector IE55-1206-BCR MFG: Teledyne Impulse QTY: 130 Each Item 0012 Wet Pluggable 7 Pin Male Ref: https://www2.whoi.edu/site/miso/wp-content/uploads/sites/52/2019/08/NTU- TowCam-Manual-Appendix_J_14985.pdf MFG: Teledyne Impulse P/N: LPMIL-7-MP QTY: 3 Each Item 0013 IMPULSE MKS-300SCP PLUG SEALING CAP MFG: Teledyne Impulse QTY: 63 Each Item 0014 MKS-300SCR RECEPTACLE SEALING CAP MFG: Teledyne Impulse QTY: 13 Each Item 0015 IMPULSE LPMDC-7-FS Dummy Plug MFG: Teledyne Impulse QTY: 13 Each Item 0016 IMPULSE LPMDC-7-MP Dummy Plug MFG: Teledyne Impulse P/N: LPMDC-7-MP QTY: 13 Each NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. Delivery Date: 30 Days or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: NAVAL INFORMATION WARFARE CENTER PACIFIC 4297 Pacific Highway, BLDG OT7 San Diego, CA 92110 The provision at FAR 52.212-1, Instruction to Offerors � Commercial Items (Aug 2018) (Deviation 2018-O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS � COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The applicable NAICS code is 335931. The small business size standard is 500 employees. (b) Submission of quotations. You must submit your quotation electronically by uploading it to the NIWC e-commerce website at https://e-commerce.sscno.nmci.navy.mil under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6071. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)�Alternate I (Oct 2014) (see paragraph (b) of the provision for those representations and certifications that you must complete electronically); and (9) Acknowledgment of solicitation amendments. (c) Reserved. (d) Product samples. Not applicable. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. We will evaluate each quotation that you submit separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation by 4:00 PM Pacific Time on January 15, 2020 (submission deadline). (2) We will consider your quotation if we receive it by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) In the event that an emergency or unanticipated event interrupts our normal processes so that we cannot receive your quotation prior to the submission deadline, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first workday on which our normal processes resume. (g) Issuance of purchase order. Award will be made to the responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Price and past performance will be used to evaluate quotes. However, we may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to: GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation ""DUNS"" or ""DUNS+4"" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. By submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. (1) Subparagraph (m)(2) below incorporates solicitation provisions by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. These provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of these provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following solicitation provisions are incorporated by reference: (i) FAR 52.204-7, System for Award Management (Oct 2018) (ii) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) (iii) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) (iv) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) (v) DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018) (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of addendum) Addendum to FAR 52.212-2 EVALUATION � COMMERCIAL ITEMS (a) The Government intends to award a purchase order to the responsible vendor whose quote, conforming to the RFQ, is most advantageous to the Government, price and other factors considered. Price and past performance will be used to evaluate quotes. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical Acceptability: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the quoter is required to certify that they are an authorized reseller and the products being offered is an original, new Teledyne Impulse and Subconn connectors. The Government will only accept the required brand name product as specified in Attachment 1 (Brand Name Justification). Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Federal Awardee Performance and Integrity Information System (FAPIIS) regarding the supplier's past performance history. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. (End of addendum) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. An addendum to the clause adding paragraphs (w) and (v) is shown below. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS (w) Clauses Incorporated by Reference. (1) Subparagraph (w)(2) below incorporates one or more clauses by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. Also, you may access the full text of a clause electronically at these addresses: Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following clauses are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Aug 2019) ** FAR 52.204-26, Covered Telecommunications Equipment or Services- Representation ** FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services� Representation (Dec 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service�Representation (Dec 2019) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008, Sources of Electronic Parts (May 2018) DFARS 252.247-7023, Transportation of Supplies by Sea�Basic (Feb 2019) ** If a quoter represented it: � Does not provide covered telecommunications equipment or services as part of it's quoted products or services to the Government, it shall not complete the offer-by- offer representation at FAR 52.204-24 � Does provide covered telecommunications equipment or services as part of its quoted products or services to the Government, or has not made any representation in FAR 52.204-26, or 52.212-3(v), it shall complete the representation at FAR 52.204-24. (v) Authorized Deviations in Clauses. (1) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (2) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of addendum) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders�Commercial Items (Oct 2018), applies to this acquisition. The following clauses cited in the clause are incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2019) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Jun 2019) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2019) FAR 52.222-37, Employment Reports on Veterans (Jun 2019) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/329e66112b9b49e2a6fe6545e047e394/view)
 
Record
SN05533355-F 20200115/200113230302 (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  © 1994-2020, Loren Data Corp.