Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

22 -- Combined Synopsis/Solicitation - MDI Systems Upgrade

Notice Date
4/19/2023 12:53:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-23-Q-6213
 
Response Due
4/26/2023 11:00:00 AM
 
Archive Date
05/11/2023
 
Point of Contact
Jose de Jesus Neri, Contract Specialist, Phone: 760 556-9620
 
E-Mail Address
josedejesus.neri@navy.mil
(josedejesus.neri@navy.mil)
 
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; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-23-Q-6213. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541330, Engineering Services. The small business size standard is $25.5M. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Quotes submitted by non-Small Business Concerns will not be considered for award. DESCRIPTION OF REQUIREMENTS SEE C2.1 ATTACHMENT 1 BOM, C2.1 ATTACHMENT 3 SOW, AND C2.1 ATTACHMENT 3 SOW ADDENDUM. DELIVERY The expected delivery date is NLT 12 weeks After Receipt of Order (ARO). Quotes must include lead times. SHIPPING The Government is seeking Free on Board (FOB) Destination pricing to the following location: San Diego, CA 92110 (full address will be provided at award) OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible vendor, whose quote conforming to the RFQ, represents the Lowest Price Technically Acceptable (LPTA) quote. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business if applicable based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e- mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote. 2.Technical Documentation: a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all line items and each quoter must submit supporting documentation, as needed: To be considered for award, the contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3.Price Quote: Submit complete pricing for each individual item listed in Attachment 2, to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If applicable, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services included in the proposed purchase price. EVALUATION FACTORS FOR AWARD The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible vendor, whose quote conforming to the RFQ, represents the Lowest Price Technically Acceptable (LPTA) quote. Technical, price, and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). Technical Acceptability is defined in Factor I below. Factor I- Technical: The Government will evaluate the quote to see if the specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above. 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 evaluate past performance by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Responsibility/Qualification (R/Q) review on SAM and Contractor Performance Assessment Reporting System (CPARS). DUE DATE AND SUBMISSION INFORMATION Eligible Quoters: All vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means vendors shall have registered CAGE and UEID Codes. Page Limitations: None. Formatting Requirements: Submit quotes in electronic PDF and or Excel format. Questions Due Date and Submission Requirements: All questions must be received before the RFQ due date. No due date extensions are anticipated for this RFQ. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-23-Q-6213. Include RFQ # N66001-23-Q-6213 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Wednesday, 26 April 2023 at 11:00 AM, Pacific Time. No due date extensions are anticipated for this RFQ. Quotes must be uploaded on the NAVWAR e- Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001- 23-Q-6213. Email quotes and late quotes may not be accepted. NAVWAR e-Commerce website assistance: For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 5 WITH YOUR QUOTE. 1.C1.5 ATTACHMENT (01) BOM/ITEM LIST 2.C1.5 ATTACHMENT (02) Statement of Work (SOW) 3.C1.5 ATTACHMENT (03) SOW ADDENDUM 4.C1.5 ATTACHMENT (04) WAGE DETERMINATION 5.C1.5 ATTACHMENT (05) REPS & CERTS 52.204-24, 52.204-26, 252.204-7016, 252.204-7017 & 252.225- 7055 6.C1.5 ATTACHMENT (06) REDACTED JNCP APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-02, Effective 16 March 2023 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Number 03/01/2023. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be reviewed in full text at https://www.acquisition.gov/content/regulations. The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services- Representation 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services-Alternate 1 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7999, Ensuring Adequate Covid-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by full text, apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by private information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions) (End of provision) 52.252-5, Authorized Deviations in Provisions (a)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 name of the regulation. (b)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 clause) The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code 52.212-4, Contract Terms and Conditions � Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O00019) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service 252.204-7022, Expediting Contract Closeout 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payment Program � Basic 252.225-7012, Preference for Certain Domestic Commodities 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by full text, apply to this acquisition: 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): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses). (End of clause) 52.252-6, Authorized Deviations In Clauses (a) 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. (b) 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 Clause) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items, applies to this acquisition and includes the following clauses by reference: 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.219-6, Notice of Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 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 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/085e99d294a74501a44438900f0965e2/view)
 
Record
SN06655806-F 20230421/230419230115 (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.