Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

59 -- Programmable Logic Controller System

Notice Date
5/13/2020 1:01:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420R0191
 
Response Due
5/18/2020 6:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Marlene Ridgell
 
E-Mail Address
marlene.ridgell@navy.mil
(marlene.ridgell@navy.mil)
 
Description
This Request for Quote (RFQ) is for a commercial item prepared in accordance with the format in Subpart 8, as supplemented with additional information included in this notice. The solicitation number for this procurement is N00174-20-R-0191.� The anticipated award will be a Firm Fixed Price Contract. The award will be made based on price.� This requirement is full and open. Quotes will be due by 18 May 2020 2019 at 9:00 AM EST. DESCRIPTION: BACKGROUND The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Code R23, has a requirement to purchase and assemble hardware into a configured Programmable Logistic Controller (PLC), according to the engineering drawings, �19074.pdf,� provided by Control System Design, Inc. (CSD) Forest Hill, Maryland, in which NSWCIHEODTD purchased the rights to the drawings. 2.0������� APPLICABLE DOCUMENT Original Equipment Manufacturer (OEM) Specifications Control System Design, Inc. Drawing # 19074 ������REQUIREMENTS 3.1 The Government will provide the Ocean controls gateway, KCA-292, and the CR310 Campbell Scientific Datalogger to the Contractor. The Contractor shall provide one (1) assembled Programmable Logistic Controller (PLC) configured in accordance with the drawing #19074. 3.2� The Contractor shall procure the items described in the Bill of Material (BOM) on drawing # 19074. 3.3� The Contractor shall assemble the parts described in 3.1 into the enclosure as configured in drawing #19074. 3.4� The Contractor shall replace any components that fail to operate correctly (if applicable), excluding the components provided by the Government, within 60 days of receipt by the Government. ������TECHNICAL POINT OF CONTACT Stephen Blice NSWCIHEODTD/R23 4600 Foundations Way, Bldg. 292 Indian Head, MD 20744-5002 Email:� Stephen.blice@navy.mil Phone: (301) 744-5561 � � � � � � � � � � � Include in pricing (all shipping should be FOB Destination) Shipping to: Naval Surface Warfare Center IHEODTD Indian Head, MD 20640 � � � � � � � � � � � � � �� 52.247-34, FOB Destination; 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).� 52.222-50, Combatting Trafficking in Persons (Mar 2015). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).� 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). 52.233-3, Protest After Award (Aug 1996). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011).� 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013).� 252.204-7003, Control of Government Work Product (Apr 1992).� 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation) 2016-O0001) (Oct 2015). 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation) 2016-O0001) (Oct 2015). 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014).� 252.225-7048, Export Controlled Items (Jun 2013). 252.232-7010, Levies on Contract Payments (Dec 2006).� 252.247-7023, Transportation of Supplies by Sea (Apr 2014).� Offer should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICAPBLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Failure to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration. EMAIL OFFERS WILL BE ACCEPTED. Points of contact: Contract Specialist/Administrator: Marlene Ridgell, Civ, Telephone: (301) 744-6617 E-Mail: marlene.ridgell@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9114e8c23f324833b45b89b371262346/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05656553-F 20200515/200513230158 (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.