SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation - 3D Capable Videoscope System
- Notice Date
- 11/22/2023 8:02:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
- ZIP Code
- 04530
- Solicitation Number
- N6278624T0008
- Response Due
- 12/11/2023 8:59:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- Hannah Lavoie, Phone: 2074422489, Christopher P Ramsden, Phone: 2076136208
- E-Mail Address
-
hannah.e.lavoie.civ@us.navy.mil, christopher.p.ramsden2.civ@us.navy.mil
(hannah.e.lavoie.civ@us.navy.mil, christopher.p.ramsden2.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 CONSTITUES 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N6278624T0008. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is. 334419 - Other Electronic Component Manufacturing. The Small Business Size Standard is 750 Employees. The Product Service Code is 6650 - Optical Instruments, Test Equipment, Components And Accessories The Supervisor of Shipbuilding in Bath, ME (SUPSHIP Bath) intends to purchase on a Firm Fixed Price basis, a 3D capable Videoscope System and a Scope Unit, as detailed below. This is a BRAND NAME EXACT MATCH�requirement as detailed in the attached documentation. Required delivery lead-time for all items must be indicated in the submitted quote. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 01: IV9620G , BORE-SCOPE (SCOPE UNIT FOR IPLEX GT / GX VIDEO SCOPE SYSTEM), Qty 1 CLIN 02: IV9620GT-B SYSTEM: IV9000G IPLEX GT BASE UNIT /IV9620G IPLEX G Series 6MM 2.0M SCOPE, Qty 1 CLIN 03: IV96G-AT80D/FF IPLEX G Series Optical Tip Adapter, Qty 1 CLIN 04:�IV96G-AT120S/FF IPLEX G Series Optical Tip Adapter , Qty 1 CLIN 05:�Rigid Sleeve Set�MAJ-1253, Qty 1 CLIN 06:�IV9620GT-B SYSTEM: IV9000G IPLEX GT BASE UNIT /IV9620G IPLEX G Series 6MM 2.0M SCOPE, Qty 1 CLIN 07:�IV96G-AT80D/FF IPLEX G Series Optical Tip Adapter, Qty 1 CLIN 08:�IV96G-AT120S/FF IPLEX G Series Optical Tip Adapter, Qty 1 CLIN 09:�Rigid Sleeve Set�MAJ-1253, Qty 1 CLIN 10:�IV9620GT-B SYSTEM: IV9000G IPLEX GT BASE UNIT /IV9620G IPLEX G Series 6MM 2.0M SCOPE, Qty 1 CLIN 11:�IV96G-AT80D/FF IPLEX G Series Optical Tip Adapter, Qty 1 CLIN 12:�IV96G-AT120S/FF IPLEX G Series Optical Tip Adapter, Qty 1 CLIN 13:�Rigid Sleeve Set�MAJ-1253, Qty 1 Delivery for CLIN 01 is F.O.B Destination, Marinette, WI Delivery for CLINS 02-13 is F.O.B Destination, San Diego, CA Notes: Offerors MUST specify best delivery date possible in quote. DO NOT include shipping as a separate line item. Build any shipping cost into the unit price. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable, the offeror must quote the required item in the required quantities. The Government will also consider past performance information in accordance with DFARS Provision 252.204-7024 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. 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. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 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. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel.�Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase.�Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). 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: 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 - Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 - Covered Telecommunications Equipment or Services--Representation 52.204-27 - Prohibition on a ByteDance Covered Application 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 - Instructions to Offerors�Commercial Products and Commercial Services 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 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 252.204-7016 - Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.204-7024 - Notice on the use of the Supplier Performance Risk System 252.211-7003 - Item Unique Identification and Valuation 252.232-7006 - Wide Area WorkFlow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Products and Commercial Services Quotes and questions pertaining to this acquisition shall be submitted electronically via email to Christopher Ramsden II at christopher.p.ramsden2.civ@us.navy.mil and Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil and must be received on or before Monday December 4th, 2023�at 12:00PM Eastern.�Quotes received after this date and time are late and may not be considered for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e63700ea947148dbbfe9c91bc110914e/view)
- Place of Performance
- Address: San Diego, CA 92154, USA
- Zip Code: 92154
- Country: USA
- Zip Code: 92154
- Record
- SN06892893-F 20231124/231122230050 (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 |