Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

58 -- Universal Frequency Converters - Specification - Package #2

Notice Date
9/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1007, RM 116, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-18-Q-6902
 
Archive Date
9/28/2018
 
Point of Contact
Erica N. Turner, Phone: 2286885593
 
E-Mail Address
erica.turner@nrlssc.navy.mil
(erica.turner@nrlssc.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Addendum for N00173-18-Q-6902 Universal Frequency Converters COMBINED SYNOPSIS/ SOLICITATION FOR COMMERICAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2005-100, DPN 20180822, and NMCARS 18-01. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far and http://www.acq.osd.mil/dpab/dars/dfarspgi/current /index.html. This solicitation, N00173-18-Q-6902, is issued as a Request for Quote (RFQ). The associated small business size standard is NAICS 334515. •The Naval Research Laboratory (NRL), located in Washington DC, has a : 1. Universal Frequency Converter QTY: 3 EA 2. Dual Channel Block Downconverter QTY: 2 EA 3. Dual Channel Block Downconverter QTY: 2 EA The specifications are attached to this document. The Government intends to award a single firm fixed price purchase order to the quoter whose quote is the most advantageous to the Government, price and technical acceptability considered, and to whose quote conforming to the solicitation and in accordance with the Statement of Work. Supplies: Items must be brand name or equal in accordance with FAR 52.211-6. Item No.Schedule of Supplies/ServicesQuantityUnitUnit PriceAmount 0001Universal Frequency Converters3EA$$ 0002Dual Channel Block Downconverters2EA$$ 0003Dual Channel Block Downconverters2EA$$ The complete specification and/or other information required for this combined synopsis/solicitation are attached: Attachment 1 FOB Destination - Delivery and acceptance is at NRL, Washington, D.C., 20375. The required delivery is as follows: Item No.QuantityWithin days after Date of Contract Award 00013 EA 1 MAR 2019 00022 EA1 MAR 2019 00032 EA1 MAR 2019 Provisions and Clauses 1.The provision at FAR 52.212-1, Instructions to Offerors - Commercial (APR 2014) applies to this acquisition. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. 2.The provision at FAR 52.212-2 - Evaluation - Commercial Items (OCT 2014) will be used to evaluate offerors for this acquisition. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement; 2.Price 3.Past performance Technical and past performance, when combined, are more important than price. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers by adding the total price for all options to the total price of the base requirement. 3.The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2016) applies to this acquisition. Offeror shall complete the following electronic annual representations and certifications at HTTP://WWW.ACQUISITION.GOV in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (DEC 2014). In accordance with paragraph (j) of FAR 52.212-3 if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. 4.The provision at 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015 Offeror Representations and Certifications - Commercial Items (MAR 2016) applies to this acquisition. 5.The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. The closing date for this solicitation is 12:00 PM Eastern Daylight Time, 13 September 2018, and shall be submitted electronically to erica.turner@nrlssc.navy.mil, Code 3235 in either Microsoft Word or pdf format. Facsimile proposals are NOT authorized. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than five (5) business days before the response date of this solicitation. The offeror's proposal shall be received on or before the response date noted above at the NRL address above. The submittal email subject line shall contain the solicitation number. The point of contact for this solicitation is Erica Turner: E: erica.turner@nrlssc.navy.mil or P: 228-688-5593. This solicitation shall not be construed as a commitment of any kind.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-18-Q-6902/listing.html)
 
Place of Performance
Address: NRL Pomonkey Facility, 7425 Bumpy Oak Road, LaPlata, Maryland, 20646, United States
Zip Code: 20646
 
Record
SN05085585-W 20180914/180912231014-fc06b8f1e6c7cf6dcbc4dbf52ffa539d (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.