SOLICITATION NOTICE
59 -- Linear Amplifiers
- Notice Date
- 1/7/2020 10:42:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841 USA
- ZIP Code
- 02841
- Solicitation Number
- N66604-20-Q-0599
- Response Due
- 1/14/2020 11:00:00 AM
- Archive Date
- 01/29/2020
- Point of Contact
- Mark Carreiro, Phone: 4018325655
- E-Mail Address
-
mark.carreiro@navy.mil
(mark.carreiro@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. � 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03.� Request For Quotation (RFQ) number is N66604-20-Q-0599. This requirement is 100% total small business set-aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 334310 and the small business size standard is 750 employees. Required delivery for all items is no later than 30 Days after date of award, F.O.B. Destination, Naval Station, Newport, RI 02841. NUWCDIVNPT intends to award a firm-fixed price (FFP) purchase order for Linear Amplifiers to support Electromagnetic Compatibility (EMC) test services as part of the Environmental Qualifications Testing (EQT) as well as engineering and developmental testing services. Please see the attached minimum specifications required for these items. Contract Line Item Number (CLIN) 0001: Linear Amplifier in accordance with the attached minimum specifications; Quantity: 4 each The following clauses and provisions apply to this acquisition: - FAR 52.212-1, Instructions to Offerors - Commercial Items; - FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2); -- 52.222-3, Convict Labor (June 2003); -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); -- 52.222-26, Equal Opportunity (Sep 2016); -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); -- 52.222-50, Combating Trafficking in Persons (JAN 2019); -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); -- 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (Alternate I); -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); and -- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018). In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/ Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF). Section 508 is not applicable to this requirement. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the Offeror must (1) quote the items which meet the requirements specified above and in the attached minimum specifications document, 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 Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Defense Priorities and Allocations System (DPAS) rating is DO-C9.� Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) prior to award.� Instructions for registration are available at the websites. Quotes shall include price and delivery terms and the following additional information: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes must be e-mailed directly to mark.carreiro@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Tuesday 14 January 2020. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Mark Carreiro at mark.carreiro@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ddb898aa99f5489e8455bfcc8db280b9/view)
- Place of Performance
- Address: RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05528461-F 20200109/200107230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |