Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2014 FBO #4424
SOLICITATION NOTICE

59 -- Brand name electronic components required to produce Avionics Test Sets. - Parts List - Statement of Work

Notice Date
1/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893614T0024
 
Archive Date
2/3/2015
 
Point of Contact
Shane M. Dalpiaz, Phone: (760) 939-8218, Jennifer S. Corcoran, Phone: 760-939-9536
 
E-Mail Address
shane.dalpiaz@navy.mil, jennifer.corcoran@navy.mil
(shane.dalpiaz@navy.mil, jennifer.corcoran@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N68936-14-T-0024 N68936-14-T-0024 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. This solicitation (N68936-14-T-0024) is being issued as a request for quotation. The North American Industry Classification System (NAICS) for this acquisition is 334413 and the size standard is 500 employees for this procurement. This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 June 26, 2013. The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, CA 93555 intends to procure on an other than full and open competition basis a Firm Fixed Price purchase Order(s) for the commercial purchase of: Electronic Components Parts List - See Reference (A) Statement of Work - See Reference (B) ALL prices and quantities shall be guaranteed valid for 90 days from response date. This requirement is being solicited on a Brand Name, Specific Make and Model basis. Grey items made for sale outside the United States will not be accepted. No substitutions will be accepted unless the part listed in Attachment 1 is obsolete and no longer available. Only new parts will be accepted; refurbished parts will not be accepted. The Offerors are required to provide the Government the Certificates of Authenticity / Compliance / Conformance and Traceability for each item that was awarded to them which has the unit price of $20 or more. The Certificates must be issued by the Original Equipment Manufacturer (OEM) or by the Certified / Qualified Independent Testing Facilities that parts have been tested, x-ray, etc... to adequately assure parts are brand new, original and meet their specifications. The Offerors are required to provide one-year warranty for the items that are provided to the Government. Any parts with defects/failures during the first year after delivery shall be returned. Delivery: Items shall be priced at F.O.B. Destination and shall be delivered to the address specified on the resultant order(s) which will be located at Point Mugu, CA. Inspection and acceptance shall be at destination by the Government. The following clauses are applicable to this requirement: 52.212-1, Instructions to Offerors-Commercial 52.212-2, Evaluation-Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on the lowest price technically acceptable. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov.. 52.212-4, Contract Terms and Conditions-Commercial Item 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items DFARS Clause 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions- Commercial Items (Oct 2006); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-50 Combating Trafficking in Persons (AUG 2007); 52.232-33 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Oct 1995); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Governments Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Sept 2006); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35; Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.233-2 Service of Protest;252.225-7001 Buy American Act And Balance of Payments Program (Jun 2005); 252.225-7016 Restrictions on Acquisitions of Ball and Roller Bearings (MAR 2006); 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program (MAR 2007); 252.225-7002 Qualifying Country Sources AS Subcontractors (APR 2003); 252.225-7012 Preference For Certain Domestic Commodities (MAR 2008); 252.225-7013 Duty Free Entry (OCT 2006); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments Program Certificate Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.243 7001 Pricing Of Contract Modifications (DEC 1991); 252.243-7002 Requests for Equitable Adjustments (MAR 1998); 52.223-11 Ozone-Depleting Substances (MAY 2001); 252.204-7006 Billing Instructions (OCT 2005); 252.211-7003 Item Identification And Valuation (AUG 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002); 5252.232-9513 Invoicing and Payment (WAWF) Instructions (MAR 2008); 52.424-15 Stop-Work Order; 52.243-1 Changes - Fixed Price; 52.223-10 Waste Reduction Program; 5252.246-9502 Standard Commercial Warranty (JAN 1992); NATEC-004 Services Furnished by the Government (AUG 2007); NATEC-005 Employment of Department of Defense Personnel Restricted (AUG 2007) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price quotation shall state the unit price and the total amount of the line item required inclusive of shipping to the destination at Pt. Mugu, CA. Applicable Provisions and Clauses: Quotes received without the completed copy of provision at FAR 52.212-3 shall be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. Quote Submission: Quotes shall be submitted on the Reference (A) spreadsheet, and must be unlocked. Quotes shall also include the respondent's Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned, and a copy of the respondent's terms and conditions for review. Quotes must be submitted electronically via email to Shane Dalpiaz (shane.dalpiaz@navy.mil) no later than 03 February 2014 at 10:00 a.m. PST. The anticipated award date is 31 March, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b25c7a488e465f45ea66acb7c7bb31f)
 
Record
SN03260277-W 20140104/140102234412-2b25c7a488e465f45ea66acb7c7bb31f (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 |
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.