SOLICITATION NOTICE
59 -- Birns Connectors
- Notice Date
- 9/3/2024 2:22:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0592
- Response Due
- 9/6/2024 11:00:00 AM
- Archive Date
- 12/31/2024
- Point of Contact
- Debra Dube, Phone: 401-832-2281
- E-Mail Address
-
debra.j.dube.civ@us.navy.mil
(debra.j.dube.civ@us.navy.mil)
- Description
- AMENDMENT #1:� THIS NOTICE IS AMENDED TO UPDATE THE SOLE SOURCE TO BRAND NAME AND EXTEND THE CLOSING DATE. 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). The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) contract on a Brand Name basis for Birns Oceanographics, Inc. connectors.� Request for Quote (RFQ) number is N66604-24-Q-0592. This requirement is being solicited as 100% total small business set aside. This requirement is Brand Name to Birns Oceanographics, Inc.; no substituions. The BIRNS photonics connectors are complex and require precise manufacturing processes and techniques. It is important for test connectors to possess the same qualities as tactical grade equipment to ensure test results are correct.� BIRNS Oceanographics, Inc. is the only qualified source approved on NAVSEA Drawings 101036-1, 101036-2, and 101036-3, and therefore, they are the only compatible and approved photonics connectors that can be utilized.�Required delivery is F.O.B. Destination, Naval Station Newport, RI� 02841. Lead time for all items must be indicated in the submitted quote. The North American Industry Classification System (NAICS) code is 335931. The Small Business Size Standard is 600 employees.� For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLINs� � � � Item� � � � � � � � � � � � � � � � Part ID Number� � � � Birns Part Number� � � � � � � Quantity 0001� � �Connector, Key Option 4� �101036-1 (Rev C)� � 3T-4B2F67-CP-16718-K4� � � ��4 each 0002� � �Connector, Key Option 2� � 101036-2 (Rev C)� � 3T-4B2F67-CP-16718-K2� � � �4 each 0003� � �Connector, Key Option 3� � �101036-3 (Rev C)� �3T-4B2F67-CP-16718-K3� � � �4 each Shipping costs must be included for the above items. The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote.� In order to be determined technically acceptable:� (1)� The offeror must provide items as brand name only; no substitutions, as stated above in the required quantities; (2) Offerors shall provide proof that the items are shipped from the U.S.; (3)� The offeror must be an authorized reseller of Birns photonics connectors and provide such authorization; and (4) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, and shall include a validity date of no less than 60 days from due date for receipt of offers. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-6. The following FAR and DFARS clauses and provisions 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 - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) - FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services - FAR 52.212-2, Evaluation � Commercial Items; - FAR 52.212-3, Offeror Representations and Certifications � Commercial Items; - FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 - 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. 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; -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting - 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 - DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; - DFARS 252.246-7008, Sources of Electronic Parts. 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation. 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 are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF).� This solicitation requires an active 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. Quotes shall be submitted electronically via email to Debra Dube at debra.j.dube.civ@us.navy.mil and must be received on or before 6 September 2024 at 2:00PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Debra Dube.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6cbdbdb1d33e494daaedc884bd55e22e/view)
- Record
- SN07195972-F 20240905/240903230119 (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 |