MODIFICATION
59 -- Wireless Underwater Tracking System Power Control/Front End Board Assemblies - Suitable Substitution List
- Notice Date
- 10/18/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334412
— Bare Printed Circuit Board 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-2218
- Archive Date
- 11/10/2018
- Point of Contact
- Levi S. Andrews, Phone: 4018324740, Beata Jones, Phone: 4018325653
- E-Mail Address
-
levi.andrews@navy.mil, beata.jones@navy.mil
(levi.andrews@navy.mil, beata.jones@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for commercial items 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-2218. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking Firm Fixed Price (FFP) quotes for twelve (12) Wireless Underwater Tracking System (WUTS) Power Control/Front End Board Assemblies, as follows: CLIN 0001 WUTS Power Control/Front End Board Assembly (Offerors shall QTY: 12 Each meet the Minimum Specifications and fill out the Minimum Specification Sheet attached to this RFQ). CLIN 0002 Shipping (If not included in CLIN 0001 pricing). QTY: 1 Job This requirement is being solicited as a 100% Small Business Set Aside under North American Industry Classification System ("NAICS") Code 334412 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The provision at FAR 52.212-1, Instructions to Offerors 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. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, applies to this solicitation. Clause 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors, applies to this solicitation. Clause 252.246-7008, Sources of Electronic Parts, applies 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 provide items in the specified quantity that meet all minimum requirements listed in the attached table; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS (formerly known as PPIRS-SR) may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000.00 then UID tags will be required and payment will be made via Wide Area Workflow (WAWF). Government Purchase Card is the preferred payment method (no surcharges allowed). Electronic payment through Wide Area Workflow (WAWF) is also acceptable if requested in the quote. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Offerors must be registered in System for Award Management (SAM). Registration information can be found at https://www.sam.gov. Delivery is F.O.B. Destination, Naval Station Newport, RI 02841. Offerors shall include shipping charges, if applicable, and specify delivery lead time on quotes. Offerors shall include price, point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. Please provide a quote no later than Friday, October 26, 2018 at 1400 Eastern to levi.andrews@navy.mil and beata.jones@navy.mil. The quote must have a validity of 30 days or longer. If you have any questions or concerns please reach out to me at levi.andrews@navy.mil. Amendment #1 The purpose of this amendment is to replace Manufacturing File #3: WUTS Rev D 09 03 18 BOM Final with Manufacturing File #3: WUTS Rev D 09 13 18 BOM Final. All quotes must be in accordance with Manufacturing File #3: WUTS Rev D 09 13 18 BOM Final. Amendment #2 The purpose of this amendment is to answer industry questions and to extend the RFQ closing date to 05 October 2018. Q1. There is no lead time specified in the RFQ, what is the required lead time for this requirement? A1. The required lead time for this requirement is 10 Weeks Q2. In reviewing the fabrication information for the bare board portion of this assembly, I do not see a finished thickness for the PCB. Please advise. A2. The Government is looking into currently looking into this. An amendment will be issued as soon as the required PCB finished thickness is determined. Amendment #3 The purpose of this amendment is to answer an industry question. Q1. In reviewing the fabrication information for the bare board portion of this assembly, I do not see a finished thickness for the PCB. Please advise. A1. There is no specified board thickness for this requirement. Amendment # 4 The purpose of this amendment is to answer industry questions, add an alternate contact, and extend the RFQ closing date to 19 October 2018. Q1. Some of the parts for this requirement are not in stock. Can we propose substitutions? A1. The Government is currently looking into this. An amendment will be issued as soon as a response is determined. Amendment # 5 The purpose of this Amendment is to Answer Industry Questions, provide an updated list of Suitable Substitutions, and extend the solicitation closing date The closing date of this Solicitation is hereby extended to October 26 2018 Q1. Would you happen to have the Gerber RS274X files, our manufacturer is requesting them so that our CAD program can read it. A1. The Gerber RS274X standard was used to create the.art files that are attached to this Solicitation. Q2. Parts DMN5L06K-7 and PESD1CAN-UX are not in stock, please advise: A2. DMN5L06K-7, no one has stock, please see Suitable Substitution List for suggested replacement. PESD1CAN-UX is available, please check other sources. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-09-13 13:24:14">Sep 13, 2018 1:24 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-10-18 12:05:51">Oct 18, 2018 12:05 pm Track Changes Amendment #1 The purpose of this amendment is to replace Manufacturing File #3: WUTS Rev D 09 03 18 BOM Final with Manufacturing File #3: WUTS Rev D 09 13 18 BOM Final. All quotes must be in accordance with Manufacturing File #3: WUTS Rev D 09 13 18 BOM Final. Amendment #2 The purpose of this amendment is to answer industry questions and to extend the RFQ closing date to 05 October 2018. Q1. There is no lead time specified in the RFQ, what is the required lead time for this requirement? A1. The required lead time for this requirement is 10 Weeks Q2. In reviewing the fabrication information for the bare board portion of this assembly, I do not see a finished thickness for the PCB. Please advise. A2. The Government is looking into currently looking into this. An amendment will be issued as soon as the required PCB finished thickness is determined. Amendment #3 The purpose of this amendment is to answer an industry question. Q1. In reviewing the fabrication information for the bare board portion of this assembly, I do not see a finished thickness for the PCB. Please advise. A1. There is no specified board thickness for this requirement. Amendment # 4 The purpose of this amendment is to answer industry questions, add an alternate contact, and extend the RFQ closing date to 19 October 2018. Q1. Some of the parts for this requirement are not in stock. Can we propose substitutions? A1. The Government is currently looking into this. An amendment will be issued as soon as a response is determined. Amendment # 5 The purpose of this Amendment is to Answer Industry Questions, provide an updated list of Suitable Substitutions, and extend the solicitation closing date The closing date of this Solicitation is hereby extended to October 26 2018 Q1. Would you happen to have the Gerber RS274X files, our manufacturer is requesting them so that our CAD program can read it. A1. The Gerber RS274X standard was used to create the.art files that are attached to this Solicitation. Q2. Parts DMN5L06K-7 and PESD1CAN-UX are not in stock, please advise: A2. DMN5L06K-7, no one has stock, please see Suitable Substitution List for suggested replacement. PESD1CAN-UX is available, please check other sources.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2218/listing.html)
- Record
- SN05128806-W 20181020/181018230808-c7745a381715638cbe4be15c595bc8bc (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 |