Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
MODIFICATION

61 -- Low Voltage Power Supply - Controllwd Document

Notice Date
9/3/2019
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-19-T-0157
 
Archive Date
12/31/2019
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Amendment 1 is to provide additional drawing and extend the due date to 10:00 am, Pacific Time, 11 September 2019. The period for questions has been extended to 2:00 PM PST on 05 September 2019. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotations are being requested, and a written solicitation document will not be issued. This solicitation, N63394-19-T-0157, is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective 13 August 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 335311, with a Small Business Size Standard of 750 employees. Product/Service Code is 6130. Material Description: The NSWC PHD is seeking to purchase Low Voltage Power Supplies (LVPS) IAW associated drawings. All interested companies shall provide a quotation for the following Supplies: Item 0001: Low Voltage Power Supply, USN P/N G638188-5, Quantity 2 Each Item 0002: Low Voltage Power Supply, USN P/N G638188-6, Quantity 2 Each Item 0003: Low Voltage Power Supply, USN P/N G368188-10, Quantity 2 Each Item 0004: Non-Recurring Engineering, Quantity 1 Lot Provide breakout of labor categories and prices, in accordance with the Statement of Work. 0005: Test Fixtures for all models, Quantity 1 Each per model. The currently utilized Low Voltage Power Supply (LVPS) is the MK 73 Mod3 Solid State Transmitter (SSTx). The technical data package includes a Statement of Work (SOW) and drawings. The drawings contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Defense Logistics Agency (DLA) Joint Certification Program (JCP) in an active status are authorized to receive the package (http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx). Vendor also must be currently registered in the System for Award Manage (SAM) and not currently excluded or debarred, and are not currently delinquent on any federal debt (https://www.sam.gov/) Required Delivery Date is 12 Months After Receipt of Order (ARO) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System Place of Delivery: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043-4307 Inspection and Acceptance is to be at destination. Instructions for industry: Vendors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Management (SAM). Submission shall be received not later than 12:00PM PDT on 08 September 2019 to Rachel T. Smith at rachel.t.smith@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1, "Instructions to Offerors -- Commercial Items". Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below: Rachel T. Smith rachel.t.smith@navy.mil. Questions shall be submitted via email no later than 2:00 PM PST on 03 September 2019. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. Quotations shall contain the following: (1) Vendor Administrative Information: a. Cage Code: b. Dun & Bradstreet #: c. Tax ID #: d. Special Small Business Sub-Category (if applicable): e. Pricing: If the items quoted are available on a commercial, published, or on-line price listing, attach the listing to the RFQ response. If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. (2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). (3) Statement that the quotes are good for 60 calendar days. EVALUATION Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: (1) Price. Total price will be evaluated. (2) Technical Capability. The Vendor's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation. Technical capability will receive an "acceptable" or "not acceptable" rating. (3) Past performance - Will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000. Adjectival Rating Description Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at FAR: https://www.acquisition.gov/browse/index/far DFAR: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Review attached Combined Synopsis/Solicitation for complete details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-19-T-0157/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN05428810-W 20190905/190903231207-4494cfef915dcf6d29a392421308e173 (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.