SOLICITATION NOTICE
20 -- CUSTOM PART FABRICATION
- Notice Date
- 3/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-18-Q-6115
- Response Due
- 3/22/2018
- Archive Date
- 4/21/2018
- Point of Contact
- Point of Contact - Marina A Simmons, Contract Specialist, 619-553-3328; David St Cyr, Contracting Officer, 619-553-4474
- E-Mail Address
-
Contract Specialist
(marina.a.simmons@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 18-Q-6115. The North American Industry Classification System (NAICS) code applicable to this acquisition is 332710, Machine shops and the small business size standard is 500 employees. This procurement is a Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking custom fabrication to the Specifications per the attached Technical Drawing packages. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO 0001 PART #/ DESCRIPTION QTY U/I 0204727-1-C ASSEMBLY TOOLS 3 EA ITEM NO 0002 PART #/ DESCRIPTION QTY U/I 0204733-C C WINDOW 3 EA ITEM NO 0003 PART #/ DESCRIPTION QTY U/I 0204734-C C RETAINER, WINDOW 3 EA ITEM NO 0004 PART #/ DESCRIPTION QTY U/I 0204736 (ITEM 1)-B B SLEEVE ( Item 1) 6 EA ITEM NO 0005 PART #/ DESCRIPTION QTY U/I 0204736 (ITEM 3)-B B CENTER CONTACT (ITE 6 EA ITEM NO 0006 PART #/ DESCRIPTION QTY U/I 0204736 (ITEM 2)-B B INSULATOR 6 EA ITEM NO 0007 PART #/ DESCRIPTION QTY U/I 0204746-E E BATTERY CAP TOOL 3 EA ITEM NO 0008 PART #/ DESCRIPTION QTY U/I 0204752-D D BOLT, VENTED 3 EA ITEM NO 0009 PART #/ DESCRIPTION QTY U/I SK744-1194-2 2 TRIGGER BASE, MOD1 3 EA ITEM NO 0010 PART #/ DESCRIPTION QTY U/I SK744-1197-1 1 MOUNT, HALL SENSOR, MOD1 3 EA ITEM NO 0011 PART #/ DESCRIPTION QTY U/I SK744-1198- - RING, REINFORCEMENT,MOD1 3 EA ITEM NO 0012 PART #/ DESCRIPTION QTY U/I SK744-1204-1 1 NOSE, HOUSING 3 EA ITEM NO 0013 PART #/ DESCRIPTION QTY U/I SK744-1206-1 1 NUT SWITCH 3 EA ITEM NO 0014 PART #/ DESCRIPTION QTY U/I SK744-1221-2-1 1 BASE,SWITCH 3 EA ITEM NO 0015 PART #/ DESCRIPTION QTY U/I SK744-1222-2-1 1 HOUSING,SWITCH 3 EA ITEM NO 0016 PART #/ DESCRIPTION QTY U/I SK744-1224 - THUMB BUTTON,ACTUATOR,SWITC 8 EA ITEM NO 0017 PART #/ DESCRIPTION QTY U/I SK744-1227 - DETENT, SWITCH 8 EA ITEM NO 0018 PART #/ DESCRIPTION QTY U/I SK744-2691-1 1 MOUNTING RING 3 EA ITEM NO 0019 PART #/ DESCRIPTION QTY U/I SK744-2692 - CONTACT CAP 9 EA ITEM NO 0020 PART #/ DESCRIPTION QTY U/I SK744-2693 - STRING RETAINER 9 EA ITEM NO 0021 PART #/ DESCRIPTION QTY U/I SK744-2694 - SLIDE,ACTUATOR,SWITCH MOD1 3 EA ITEM NO 0022 PART #/ DESCRIPTION QTY U/I SK744-2710-1-1 1 SUPPORT RING DETECTOR 3 EA ITEM NO 0023 PART #/ DESCRIPTION QTY U/I SK744-2710-2-1 1 SUPPORT RING DETECTOR 3 EA ITEM NO 0024 PART #/ DESCRIPTION QTY U/I SK744-2711-1 1 FOAM SUPPORT BOARD 3 EA ITEM NO 0025 PART #/ DESCRIPTION QTY U/I SK744-2712 - BATTERY CAP 9 EA ITEM NO 0026 PART #/ DESCRIPTION QTY U/I SK744-2713-1-1 1 LCD MOUNT BACK 3 EA ITEM NO 0027 PART #/ DESCRIPTION QTY U/I SK744-2713-2-1 1 LCD MOUNT BACK 3 EA ITEM NO 0028 PART #/ DESCRIPTION QTY U/I SK744-2715-1-1 1 PC104-LCD ADAPTER 3 EA ITEM NO 0029 PART #/ DESCRIPTION QTY U/I SK744-2715-2-1 1 PC104-LCD ADAPTER 3 EA ITEM NO 0030 PART #/ DESCRIPTION QTY U/I SK744-3702-1 1 BODY, HOUSING 3 EA ITEM NO 0031 PART #/ DESCRIPTION QTY U/I SK744-3703 LOCKING PLUG 6 EA ITEM NO 0032 PART #/ DESCRIPTION QTY U/I SK744-3705-1 1 PISTOL/TRIGGER 3 EA ITEM NO 0033 PART #/ DESCRIPTION QTY U/I SK744-3937-1-REV3 3 HV SOCKET,MPS MOD5 3 EA ITEM NO 0034 PART #/ DESCRIPTION QTY U/I SK744-3937-2-REV3 3 HV SOCKET, MPS MOD5 3 EA ITEM NO 0035 PART #/ DESCRIPTION QTY U/I MTRL STRENGTH TEST LI 12 SK744-2699-1 1 EA ITEM NO 0036 PART #/ DESCRIPTION QTY U/I MTRL STRENGTH TEST LI 30 SK744-1201- 1 EA Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003. If there is a cost for the UID Label, please list it as a separate line item. Delivery Date: 30 days or sooner after receipt of order (ARO) Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: SPAWAR SYSTEMS CENTER PACIFIC 4297 PACIFIC HWY, BUILDING 7, SAN DIEGO CA 92110 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, and Primary Point of Contract (to include telephone and e-mail address). Technical Acceptability Documentation: The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. Technical Acceptability consists of meeting the specifications of the Governments drawings (enclosure 1.) The contractor shall fabricate all parts in accordance with the Government drawings provided in enclosure (1). Quote should be valid for at least 60 days. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" section above to include the unit of issue, the extended price for each line item, and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: The contractor shall fabricate all parts in accordance with the Government drawings provided in enclosure (1). Quote should be valid for at least 60 days. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total. Pricing is to be on a firm fixed price basis. The total firm-fixed-price shall include shipping, and handling costs. Factor III Delivery: Delivery is required within 10 weeks after receipt of order. Assumption by offerors should be made that award of delivery order will be an estimated 14 days after submission of quotation, though it may be either sooner or later than this. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: NONE Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Submission Requirements: Questions must be uploaded on the SPAWAR e- Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-6115. Include RFQ# N66001-18-Q-6115 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Thursday, 22 March 2018 at 10:00AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-6115. E-mail quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Marina Simmons at marina.a.simmons@navy.mil. Reference RFQ# N66001-18-Q-6115 on all email exchanges regarding this acquisition. APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-96 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20171228. 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 or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-20, Predecessor of Offeror (Jul 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (Nov 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); 52.219-1 and Alt I, Small Business Program Representations (Oct 2014) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation (Dec 2016) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 52.252-5, Authorized Deviations in Provisions (Apr 1984) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.217-7026, Identification of Sources of Supply (Nov 1995) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-6, Notice of Total Small Business Set-AsideAlternate I (Nov 2011); 52.219-28, Post-Award Small Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016); 52.222- 21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013); The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.232-25, Prompt Payment (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7006, Billing Instructions (Oct 2005) 252.204-7011, Alternative Line Item Structure (Sep 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252-211-7003, Item Unique Identification & Valuation (MAR 2016) 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2017) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/46ecc04bc44aae0ee3d2d8100f7829ac)
- Record
- SN04858865-W 20180321/180319231006-46ecc04bc44aae0ee3d2d8100f7829ac (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 |