SOLICITATION NOTICE
59 -- RF Switches - Drawing - Supplemental Information
- Notice Date
- 7/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2386
- Point of Contact
- John Paul McCauley, Phone: 4018322126
- E-Mail Address
-
john.p.mccauley@navy.mil
(john.p.mccauley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Supplemental Information Combined Synopsis/Solicitation This is a combined synopsis and solicitation for commercial products prepared in accordance with the format in 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 written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-2386. This requirement is being solicited unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 335313. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, three (3) RF Switches in accordance with Drawing 06829213 (Distribution: D). The drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DoD and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Upon RFQ issuance, please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings your account in FBO needs to reflect your JCP certification. The drawings are uploaded to the site as an attachment with limited access by JCP certified companies only. Further details on this requirement can be found in the minimum specifications attached to this solicitation. CLIN 0001 – Three (3) RF Switches CLIN 0002 - Shipping In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via wide area workflow (WAWF). If UID does not apply the Governments preferred payment method is via credit card. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offerors shall include price, delivery terms, shipping fees, other fees, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 30 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified above, in the required quantities specified above and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. DFARS Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information, applies to this order. Delivery Date: 10/10/2018 Contractors must be actively registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Offers must be e-mailed directly to JP McCauley at john.p.mccauley@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Monday, 16 July 2018. Offers received after this date and time will not be considered for award. For information on this acquisition, contact JP McCauley at john.p.mccauley@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2386/listing.html)
- Record
- SN04982125-W 20180708/180706230641-709d5a1d7d1067baeddaeba5d77c0542 (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 |