SOLICITATION NOTICE
41 -- Temperature Mimicking Sensors - SOW for Temperature Mimicking Sensors
- Notice Date
- 12/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-14-T-9002
- Archive Date
- 1/7/2014
- Point of Contact
- Jorge E. Rosario, Phone: 202-685-5951
- E-Mail Address
-
jorge.rosario@navy.mil
(jorge.rosario@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Mimicking Sensors 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, 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. 2. Solicitation number is N00033-14-T-9002 and is being issued as a Request for Quotes (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71, effective 25 November 2013. See http://farsite.hill.af.mil/vffara.htm for this information. 4. The associated NAICS code is 333415 and this procurement: is being set-aside for small businesses. The small business size standard is 750 employees. 5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options: SUPPLIES EXAMPLE CLIN DESCRIPTION QUANTITY UNIT OF MEASURE 0001 Units for a temperature sensors 24 Each 2" long or under with an approximate diameter of ¼" 0002 Units for temperature sensors 150 Each 2" to 6" long with an approximate diameter of ¼" 0003 Units for temperature sensors 150 Each 6" to 14" long with an approximate diameter of ¼" to ½" 6. Military Sealift Command's Engineering Directorate requests the provision of 324 temperature mimicking sensors meeting the salient characteristics and level of quality of Universal Master Products brand product listed in the statement of work. To be considered for award, offers of "equal" products must submit with their quote the items specified, in accordance with FAR 52.211-6. The Government is using a "brand name or equal" acquisition pursuant to FAR Part 11.104, to accurately describe the requirements. To view the Statement of Work for this requirement, scroll to the bottom of this combined synopsis/solicitation and select the appropriate package link. 7. The required delivery and acceptance date is 60 days after award. Delivery and acceptance will occur at Military Sealift Command, Washington Navy Yard, Washington D.C. The items being procured are to be provided FOB Destination. 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows: 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: b, c, f (except f(4)), and l. d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. e. SUBMISSION PACKAGE. The quote shall contain the (1) unit price information; (2) information required by FAR 52.211-6-- Brand Name or Equal, if applicable; (3) Solicitation number; (4) offeror's complete mailing and remittance addresses; (5) discount terms; (6) DUNS number; (7) CAGE Code number; and (8) completed FAR and DFARS clauses listed below. 9. Award will be made to the lowest priced, technically acceptable quoter. 10. All quoters must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Additionally, the following FAR and DFARS provisions are applicable to this acquisition, and quoters shall provide completed copies, as dictated below: 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide completed copy) 52.204-7, System for Award Management 52.211-6, Brand Name or Equal 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.252-1, Solicitation Provisions Incorporated by Reference 252.225-7000, Buy American-Balance of Payments Program Certificate (Provide completed copy) 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Provide completed copy) The full text provisions may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 11. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Alt I, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 13. The following additional FAR and DFARS clauses are applicable to this acquisition: 52.204-13, System for Award Management Maintenance 52.243-1, Changes -- Fixed-Price 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management, Alternate A 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American And Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7036, Buy American-Free Trade Agreements - Balance of Payments 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Work Flow Payment Instructions 252.232-7010, Levies on Contract Payments 252.247-7023 Alt III, Transportation of Supplies by Sea, Alt III The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 14. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 15. Quotes are due no later than 11:00AM, Washington DC Local Time, on 23 December 2013. 16. Quotes may be only hand delivered, mailed, or e-mailed directly to jorge.rosario@navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable. ELECTRONIC SUBMISSION OF QUOTES IS PREFERRED. E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Hand delivered and mailed quotes shall include an electronic copy of the quote provided in either Microsoft Word or Portable Document Format (PDF) on one (1) compact disk. Hand delivered and mailed quotes shall be sent to the following location: Military Sealift Command, DC Attention: Jorge E. Rosario, N1023, Room #255 914 Charles Morris Ct., SE, Building 157 Washington Navy Yard, DC 20398-5540 Access to the Washington Navy Yard, Washington DC is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission. In the event that the quoter chooses to hand deliver or mail in its quote, the quote provided on the compact disk will be considered the official quote submission for evaluation purposes. 17. For additional information regarding this solicitation, please contact Mr. Jorge Rosario at jorge.rosario@navy.mil and (202) 685-5951, or Ms. Stefani Nick at stefani.nick@navy.mil and (202) 685-5962.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-T-9002/listing.html)
- Place of Performance
- Address: Temperature Mimicking Sensors shall be delivered no later than 60 days after award to the Washington Navy Yard, Washington DC. (Specific address to be provided upon award), United States
- Record
- SN03248349-W 20131211/131209234318-92ec61efdd39e4761822a64dacc98855 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |