Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2024 SAM #8135
SOLICITATION NOTICE

59 -- Brantner & Associates SEACON Connectors

Notice Date
3/4/2024 5:47:41 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
N6660424Q0257
 
Response Due
3/8/2024 11:00:00 AM
 
Archive Date
03/23/2024
 
Point of Contact
Tyler Shannon, Phone: 4018324437
 
E-Mail Address
tyler.z.shannon.civ@us.navy.mil
(tyler.z.shannon.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 Quote (RFQ) number is N66604-24-Q-0257. This requirement is being solicited as a 100% small business set-aside. The North American Classification System (NAICS) code for this acquisition is 334417. The small business size standard is 1000 employees. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase the following items on a firm-fixed-price basis: CLIN� � � � � � � � � � � � � � � � � � � � � �Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Qty. 0001� � � � � � � � � � � � � � � � � � � �VMINP76#22CCR� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �4 � � � � � � � � � � � � � � � � � � � �MFG P/N: VMINP76CCR-C001�� � 0002� � � � � � � � � � � � � � � �MINFCR,G,10,#22 MING10FCR� � � � � � � � � � � � � � � � � � � � � � � � � � � 24 � � � � � � � � � � � � � � � � � � � � � � MFG P/N: MING10FCR�� � 0003� � � � � � � � � � � � � �MINL6(3#10/3#20)CCPL-OS,KITTED� � � � � � � � � � � � � � � � � � � � � � � � �8 � � � � � � � � � � � � � � � � � � � � MFG P/N: MINL6CCPL-C003� �� 0004� � � � � � � � � � � � � 7609-107/-,MINM3FOCCPL R/A ASY KTTTED� � � � � � � � � � � � � � � � � �4 � � � � � � � � � � � � � � � � � � � � � MFG P/N: MINM3FO7609-107� �� Offerors shall quote Brantner & Associates SEACON brand name only connectors. �The SEACON brand connector assemblies are the only qualified connector assemblies that currently meet the existing mateable connection requirement. �The identification, qualification and acceptance of another connector or source of supply would require repeating extensive testing, resulting in additional costs as well as schedule delays. �All quotes shall include shipping and be accompanied by complete technical specifications demonstrating that the products meet all Government requirements and specifications. Delivery is F.O.B. Destination Naval Station Newport, Newport, RI. 02841. The Offeror shall include shipping charges and specify delivery lead times in its quote.� Required Delivery by June 2024. Early and partial deliveries are acceptable. Incorporated provisions and clauses are those in effect through most recent Federal Acquisition Circular.� The following FAR provisions and clauses apply to this synopsis/solicitation: - 52.204-19, Incorporation by Reference of Representations and Certifications - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment - 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video � �Surveillance Services or Equipment (NOV 2021) - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations - 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 - 52.212-2, �Evaluation � Commercial Items� - 52.212-3, (ALT 1), Offeror Representations and Certifications-- Commercial Items - 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 � - 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; - 52.225-25, �Prohibition on Contracting With Entities Engaging in Certain Activities or � �Transactions Relating to Iran�Representation and Certifications� - 52.233-4, Applicable Law for Breach of Contract Claim � �The following DFARS provisions and clauses apply to this synopsis/solicitation: - 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls - 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber � �Incident Information - 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting - 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications � �Equipment or Services, - 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV � 2020) - 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in � Past Performance Evaluations - 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors� - 252.246-7008, Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements. 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 via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)). This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the Offeror must (1) quote the items, which meet the requirements specified above, in the required 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, and Offerors shall include item prices, shipping costs, delivery terms and the following additional information with submissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and/or offeror UEI. 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. � Quotes shall be submitted electronically via email to Tyler Shannon at tyler.z.shannon.civ@us.navy.mil and must be received on or before 8 March 2024 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and may not be considered for award. For questions regarding this acquisition, please contact Tyler Shannon at tyler.z.shannon.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b95ba6eeeb464ddb95f081d5403221c4/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN06984951-F 20240306/240304230047 (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.