Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOLICITATION NOTICE

59 -- WEATHERPROOF FLEXIBLE CONDUIT SYSTEMS

Notice Date
7/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-7116
 
Response Due
7/15/2014
 
Archive Date
8/14/2014
 
Point of Contact
Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(nida.ramos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-7116 based on the Mil specs see below description. This requirement is set-aside for small businesses, NAICS code is 334417 and the business size standard is 500 MIL PRF24758-17C05 Description: 0.75" CONDUIT TO 1.0" NPT FITTING ADAPTER MIL PRF24758-15BC Description: "B"TUBE-0.75"EMI/EMP FLEX CONDUIT,FITTING ADAPTER MIL PRF24758-2C Description: 0.75" STREIGHT. EMI/EMP CONDUIT FITTING(ADPTR REQ'D) MIL PRF24758-C Description: 3/4" EMI/EMP SHIELDING CONDUIT,HALOGEN FREE - 40d/+125d C, HAZE GRAY JACKET MIL-PRF-24758A(SH) The conduit, end fittings, and constituent parts covered by this specification are intended to shield electrical and electronic cables aboard U.S. Navy ships from the influence of external electromagnetic fields that can be generated from own-ship transmitters or emissions external to the ship and/or EMP. The conduit systems are also intended to have low or no corrosion, provide easy maintenance, be field repairable and reusable, and reduce costs. Recommended material used for end fittings is stainless 316, or nickel-Teflon plated aluminum. The primary EM frequencies of interest are those between 100 KHz and 600 MHz. GRAND TOTAL = $______________ Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition Regulation Supplement (DFARS),DPN 20140624 (06/24/ 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements,52.214-3 Amendments To Invitation For Bids, 52.214-4 False Statements In Bids, 52.214-5 Submission Of Bids, 52.214-6 Explanation To Prospective Bidders, 52.214-7 Late Submission, Modification, and Withrawals of Bids, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique Identification and Valuation applies for item over $5K This RFQ closes on July 15, 2013 at 12:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-7116 The point of contact for this solicitation is Nida B. Ramos at nida.ramos@navy.mil Please include RFQ N66001-14-T-7116 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89a3fd9ebbfad42a30da9175c5b3e6c9)
 
Record
SN03415931-W 20140709/140708021345-89a3fd9ebbfad42a30da9175c5b3e6c9 (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.