Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

59 -- A/D Cards, D/A Cards and High Density Cables

Notice Date
6/27/2023 9:22:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-23-Q-0551
 
Response Due
6/28/2023 2:00:00 PM
 
Archive Date
07/13/2023
 
Point of Contact
Suzanne Morgera, Phone: 4018326946, Debra Dube, Phone: 4018322281
 
E-Mail Address
suzanne.e.morgera.civ@us.navy.mil, debra.j.dube.civ@us.navy.mil
(suzanne.e.morgera.civ@us.navy.mil, debra.j.dube.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE�ONLY NOTICE THAT WILL BE ISSUED. 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; quotes are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-23-Q-0551. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order on a brand name, no substitutions allowed basis. The General Standards Analog-to-Digital (A/D) and Digital-to-Analog (D/A) Peripheral Component Interconnect Express (PCIe) boards meet the Government minimum requirements. The design of the equipment is proprietary to General Standards. No other manufacturer can produce equipment that is identical in form, fit, function, and software interface capabilities without violating General Standards� proprietary design. See the table below for a list of the required items to be procured, no substitution items: CLINs� � � � � �Item Description� � � � � � � � � � � � � � ����Part #� � � � � � � � � � � � � � � � � � � � � � � � � � �Quantity� 0001� � � � � � � � � � A/D Cards� � � � � � � � � � � � � PCIe-24DSI64C200K-64� � � � � � � � � � � � � � � � � � � � � �4 0002� � � � � � � � � � A/D Cards� � � � � � � � � � � � � PCIe-24DSI64C200K-64� � � � � � � � � � � � � � � � � � � � � �7 0003� � � � � � � � � � D/A Cards� � � � � � � � � � � � � PCIe-16AO16-8-F100-SE-49.152M� � � � � � � � � � � � 4� 0004� � � � � � � High Density Cables� � � � � � � CBL15-PCIE-24DSI64C200K-JUM85� � � � � � � � � 3 � � � � � � � � � � � � for A/D Card- 15'� 0005� � � � � � � High Density Cables� � � � � � � CBL15-PCIE-24DSI64C200K-JUM85� � � � � � � � � 7 � � � � � � � � � � � � for A/D Card- 15' 0006� � � � � � � High Density Cables� � � � � � � CBL3-PCIE-24DSI64C200KJUM85� � � � � � � � � � �3 � � � � � � � � � � � � for A/D Card- 3'� 0007� � � � � � � High Density Cables � � � � � � CBL3-PCIE-24DSI64C200KJUM85� � � � � � � � � � � 7 � � � � � � � � � � � � for A/D Card- 3'� *Please note that shipping should be included in the pricing. FOB Destination, Newport, RI. This procurement is solicited on a total small business set-aside basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry�Classification System (NAICS) Code for this acquisition is 334418; the Small Business Size Standard is 750 employees. 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 provide the Brand Name items no substitutions allowed in the specified quantities and (2) 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. The following FAR provisions and clauses apply to this solicitation: � 52.204-7, System for Award Management � 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law � 52.212-1, Instructions to Offerors -- Commercial Items � 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items � 52.204-13, System for Award Management Maintenance � 52.212-4, Contract Terms and Conditions--Commercial Items � 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items � 52.225-13, Restrictions on Certain Foreign Purchases � 52.232-33, Payment by Electronic Funds Transfer�System for Award Management � 52.232-40 Providing Accelerated Payments to Small Business Subcontractors � 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses apply to this solicitation: � 252.203-7002, Requirement to Inform Employees of Whistleblower Rights � 252.203-7005, Representation Relating to Compensation of Former DoD Officials � 252.204-7003, Control of Government Personnel Work Product � 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support � 252.225-7048, Export-Controlled Items � 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports � 252.232-7010, Levies on Contract Payments � 252.244-7000, Subcontracts for Commercial Items � 252.247-7023, Transportation of Supplies by Sea � 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment will be made via Wide Area Workflow (WAWF). The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes shall be submitted via electronic submission to suzanne.e.morgera.civ@us.navy.mil. Quotes must be received no later than 5 PM EST on Wednesday, June 28, 2023. Quotes received after this date are late and may not be considered for award. Previous quotes submitted will still be valid. For information on this acquisition contact Suzanne Morgera at suzanne.e.morgera.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e67e50577e7432d88e02b159aa1ee43/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06729828-F 20230629/230627230047 (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.