Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

59 -- Glenair Brand Name Connectors

Notice Date
6/3/2020 10:21:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-8365
 
Response Due
6/9/2020 11:00:00 AM
 
Archive Date
06/24/2020
 
Point of Contact
Justin G. Monti, Phone: 4018326788
 
E-Mail Address
justin.g.monti@navy.mil
(justin.g.monti@navy.mil)
 
Description
This combined synopsis and solicitation is being posted to the beta SAM page located at https://beta.sam.gov/. It is understood that beta SAM is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 combined synopsis and solicitation will be open for less than thirty (30) days, in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-20-Q-8365. The North American Industry Classification Systems (NAICS) code for this requirement is 334417.� The Small Business Size Standard is 1,000 employees. �This action is being processed as unrestricted, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and the Small Business Administration Procurement Center Representative. NUWCDIVNPT intends to purchase the following brand name items, no substitutions, on a firm-fixed price basis: CLIN 0001: Glenair Connector - Part number 947-041NF22-27PS; Quantity 2 Each; CLIN 0002: Glenair Connector - Part number 947-128NFA1P1; Quantity 1 Each; CLIN 0003: Glenair Connector - Part number 947-128NFA1P2; Quantity 2 Each; CLIN 0004: Glenair Connector - Part number 947-128NFA1S1; Quantity 1 Each; CLIN 0005: Glenair Connector - Part number 947-128NFA1S2; Quantity 1 Each; CLIN 0006: Glenair Connector - Part number 947-128NFB1P1; Quantity 2 Each; CLIN 0007: Glenair Connector - Part number 947-128NFC1P1; Quantity 6 Each; CLIN 0008: Glenair Connector - Part number 947-128NFC1P2; Quantity 3 Each; CLIN 0009: Glenair Connector - Part number 947-128NFC1P3; Quantity 2 Each. Offerors shall quote new condition, Glenair brand name items (no substitutions) in accordance with the redacted attachment: �Attachment 1 - Brand Name Specification�. F.O.B. Destination, Newport, RI 02841.� Required delivery is fourteen (14) weeks after receipt of order, or sooner. Offerors shall include shipping charges, if applicable and separately priced, and specify delivery lead times in their quotes. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation: 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 Telecommunications and Video Surveillance Services or Equipment.� FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.� FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.� FAR 52.212-1, �Instructions to Offerors � Commercial Items.� FAR 52.212-2, �Evaluation � Commercial Items.� FAR 52.212-3 (ALT 1), �Offeror Representations and Certifications � Commercial Items.� FAR 52.212-4, �Contract Terms and Conditions � Commercial Items."" FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items.� 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 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.� DFARS, 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.� DFARS 252.225-7031, �Secondary Arab Boycott of Israel.� DFARS 252.246-7008, �Sources of Electronic Parts.� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). �If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card.� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (�DPAS�) rating of DO-C9. This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.�� This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.� In order to be determined technically acceptable: (1) the offeror must quote the Brand Name items specified (no substitutions allowed), in their required quantities; (2) the offeror must meet or exceed the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. �Additionally, in order to be considered for award, the offeror must be a Glenair authorized reseller. Authorized reseller status will be verified by the Government with Glenair prior to award. Offerors shall include price, delivery terms, shipping costs (if applicable) and the following additional information with submissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and offeror DUNS. Offers must be submitted via email to Justin G. Monti at justin.g.monti@navy.mil and must be received on or before 2:00 p.m. EST on 09 June 2020 Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Justin Monti by email: justin.g.monti@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30cdba669b514d238fd7151eb86f6b37/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05679397-F 20200605/200603230153 (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.