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

59 -- General Reliance Cables

Notice Date
4/19/2023 7:54:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-23-Q-0287
 
Response Due
4/25/2023 11:00:00 AM
 
Archive Date
05/10/2023
 
Point of Contact
Franklin Patton, Phone: 4018326525
 
E-Mail Address
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 001: The purpose of this amendment is to add the redacted Brand Name Justification as an attachment. This is a combined synopsis and solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0287. This requirement is being solicited as a 100% small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 335921. The applicable size standard is 1000 employees. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Code 85 Propulsion Test Facility (PTF) has a requirement for General Reliance Corp. Brand fiber optic cables as follows: CLIN 0001: Quantity of sixteen (16) Flowmeter Cables, P/N: PTF-8686-036, in accordance with drawing PTF-D-8686 CLIN 0002: Quantity of ten (10) INST Center Cable 5W4C, P/N: PTF-9714-036, in accordance with drawing PTF-D-9714 CLIN 0003: Quantity of thirteen (13) INST Pressure (Standard), P/N: PTF-9713-036-01, in accordance with drawing PTF-D-9713 CLIN 0004: Quantity of sixteen (16) INST Pressure (standard), P/N: PTF-9713-024-01, in accordance with drawing PTF-D-9713 CLIN 0005: Quantity of ten (10) INST Pressure (alternate), P/N: PTF-9713-036-02, in accordance with drawing PTF-D-9713 CLIN 0006: Quantity of sixteen (16) INST Pressure (alternate), P/N: PTF-9713-024-02, in accordance with drawing PTF-D-9713 Shipping will be FOB Destination to Newport, RI 02841. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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; FAR 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 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 252.204-7019 �Notice of NIST SP 800-171 DoD Assessment Requirements� DFARS 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support and 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable:� 1. Quote the required items, meeting the brand name requirements, in the required quantities; 2. Provide proof that all items are shipped from the US; drop shipping from outside the US will not be acceptable; 3. All resellers shall provide proof of original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. 4. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re?procurement cost. All products must be received in original, undamaged, unaltered packaged condition as produced by the Original Equipment Manufacturer. All labels and text must be clearly visible, inclusive of any QR or other codes upon the packaging. Grey market items will not be accepted.� Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card (Master Card) is an acceptable form of payment within the quotation. The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), and Offeror CAGE Code. Distribution rating D is applicable to the drawings. For access, please send requests via email to�franklin.k.patton2.civ@us.navy.mil. Please provide an active JCP certification with request and a JCP certified CAGE Code. Please provide a quote no later than Tuesday, April 25th, 2023 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c5cbdc4e02e41eca4a3d355d37f25bf/view)
 
Record
SN06656072-F 20230421/230419230117 (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.