SOLICITATION NOTICE
59 -- Manual Bus Transfer (MBT) Cables
- Notice Date
- 6/10/2024 10:52:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
- ZIP Code
- 06340-4990
- Solicitation Number
- N26789-24-R-0009
- Response Due
- 6/20/2024 2:00:00 PM
- Archive Date
- 07/05/2024
- Point of Contact
- Stephanie Brass, Phone: 8604339738, Stephanie Neale, Phone: 8604333709
- E-Mail Address
-
stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil
(stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT!:�This amendment extends the solicitation end date to 20 JUNE 2024 at 5PM EST.� Please see Attached.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in�FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N62789-24-R-0009 is issued as a request for Proposal (RFP).� The solicitation is a Total small business set-aside.� The solicitation is Lowest Price Technically Acceptable (LPTA). NAICS Code: 335999, size standard:� 600. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 effective date 5/22/24. CLIN 0001:� The Contractor shall manufacture six (QTY 6) 50FT long, 400-amp, (3) phase (3 hot - no ground) cables in accordance with the SPEC. CLIN 0002: The Contractor shall manufacture six (6) 65FT long, 133.33-amp, single phase cable, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V cable. Each cable to have a male LEVITON 16 blue cam lock; and each cable to have a female DURALINE type 23 red cam lock. CLIN 0003: The Contractor shall manufacture six (6) 65FT long, 133.33-amp, single phase cable, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V cable. Each cable to have a male LEVITON 16 black cam lock; and each cable to have a female DURALINE type 23 black cam lock in accordance with the SPEC. CLIN 0004: The Contractor shall manufacture six (6) 65FT long, 133.33-amp, single phase cable, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V cable. Each cable to have a male LEVITON 16 red cam lock; and each cable to have a female DURALINE type 23 white cam lock in accordance with the SPEC. CLIN 0005: The Contractor shall manufacture six (QTY 6) 30FT long, 400 amp, (3) phase (3 hot - no ground) cables in accordance with the SPEC. CLIN 0006: The Contractor shall manufacture six (QTY 6) 30FT long, 133.33 amp, Single Phase Cables, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V CABLE. Each cable to have a male LEVITON type 22 white Cam Lock; and each cable to have a female Duraline type 23 white cam lock. CLIN 0007: The Contractor shall manufacture six (QTY 6) 30FT long, 133.33-amp, Single Phase Cables, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V CABLE. Each cable to have a male Leviton type 22 black cam lock; and each cable to have female Duraline type 23 black cam lock. CLIN 0008: The Contractor shall manufacture six (QTY 6) 30FT long, 133.33-amp, Single Phase Cables, Part Number: M24643/3-30UN �XLPOLYO� 1/C 600V cable. Each cable to have a male Leviton type 22 red cam lock; and each cable to have a female Duraline type 23 red cam lock. CLIN 0009: The Contractor shall manufacture three (QTY 2) 20FT long, 4/0 Type �W�, Hubbell grounding clamp (Primary) X Compression Lug, Bolted Fastener (secondary). CLIN 0010:� SHIPPING. Delivery location is as follows:� Naval Submarine Base New London Groton, CT 06349-5000, M/F: Jim Crudden Phone: 860-694-2424 in accordance with the SPEC. Shipping must be free on board (FOB) destination CONUS (Continental U.S.) The seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Please provide price per unit, shipping and total price. $X. XX PER UNIT $X. XX TOTAL. �Provide long lead time and estimated delivery date.� Before delivery, submit certification and test reports to the Government Point of Contact (POC) indicating that each manufactured shore power cable assembly has met the requirements as stated in the attached Specification. The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government.� A firm must register and be active in SAM to receive a Federal award.� Register at:� https://sam.gov/SAM/pages/public/index.jsf. 52.212-2 Evaluation - Commercial Items applies. Award SHALL be made to the lowest priced, technically acceptable offeror. Technical Acceptability shall be determined based on the evaluation of the descriptive literature provided by the offeror to ensure that the proposed item meets the requirements of the solicitation. Evaluation of all line items will not obligate the Government to award all line items.� The selected offeror must comply with the commercial item terms and conditions, which are incorporated in the attached document N62789-24-R-0009. The offeror must complete the representations and certifications-commercial items in the attachment or indicate with their proposal that these representations and certifications can be found on the System for Award Management (SAM). Proposals are due prior to 5:00PM EST, 12 JUNE 2024.� Late submissions will not be accepted. Offers should be submitted via electronic commerce.� The electronic address for receipt of offers is:� Stephanie.m.brass.civ@us.navy.mil.� Offerors should identify the RFP number in the Subject Line of the email.� Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.�The Government reserves the right to award one line, all line items or any combination thereof.� If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined noncost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFP requirements. Offers that take exception to any performance criteria are unacceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fcc1d4915c845038994a90e3f78f9fc/view)
- Place of Performance
- Address: Groton, CT 06340, USA
- Zip Code: 06340
- Country: USA
- Zip Code: 06340
- Record
- SN07092088-F 20240612/240610230118 (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 |