SOLICITATION NOTICE
10 -- FY20-12049 HOLSTER
- Notice Date
- 4/7/2020 7:52:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316998
— All Other Leather Good and Allied Product Manufacturing
- Contracting Office
- COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
- ZIP Code
- 93043-5007
- Solicitation Number
- N6339420Q0033
- Response Due
- 4/16/2020 5:00:00 PM
- Archive Date
- 05/01/2020
- Point of Contact
- Dexter D Stallion, Phone: 8052288512, Fax: 8052286299
- E-Mail Address
-
dexter.stallion@navy.mil
(dexter.stallion@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FY Number: FY20-12049 Solicitation Number: N6339420Q0033 NAICS: 316998 FSC/PSC: 1095 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: See attached list. DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 316998 with a Small Business Size Standard of 500 employees. The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: 1.) Nomenclature: HOLSTER, BLACK, RIGHT HAND, ADJUST, Vendor Part Number: 114490 Qty: 120 ea. 2.) Nomenclature: HOLSTER, BLACK, LEFT HAND, ADJUST, Vendor Part Number: 114725 Qty: 60 ea. ������������� Shipping FOB Destinations pricing to attached list, not NSWC, PHD 93043-4307. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 4/16 /2020.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Dexter Stallion at dexter.stallion@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 04/16 /2020 05:00 P.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to Beta SAM. It is the responsibility of interested vendors to monitor Beta SAM for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: 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: Price (Lowest Price Technically Acceptable) 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 and adherence to the Statement of Work.� Technical capability will receive an �acceptable� or �not acceptable� rating.� 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 http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE CLAUSES FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction und any Federal Law FAR 52.211-15 Defense Priority and Allocation Requirements FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer � System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.243-1 Changes � Fixed Price FAR 52.246-1 Contractor Inspection Requirements FAR 52.246-2 Inspection of Supplies-Fixed Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea QTY PART # NOMEN SHIP TO: 30 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST San Diego 20 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA San Diego 30 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Mayport 20 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Mayport 12 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Fort Worth 4 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Fort Worth 12 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Chicago 4 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Chicago 12 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST New York 4 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA New York 6 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Atlanta 2 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Atlanta 6 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Phoenix 2 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Phoenix 6 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Everett 2 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Everett 6 114490 SIG SAUER M18, BLACK, RIGHT HAND, ADJUST Minneapolis 2 114725 SIG SAUER M18, BLACK, LEFT HAND, ADJUSTA Minneapolis FULL SHIPPING ADDRESS: N41145 COMLCSRON TWO Bldg 2480 Bon Homme Richard St., Mayport, FL 32226� Attn: Navy Reserve OSO, LCDR Jason Barrett jason.barrett1@navy.mil 904-270-4160 N61036 Navy Operational Support Center Fort Worth 1803 Doolittle Ave., Fort Worth, TX 76127-1803� Attn: NR LCS ASW DIV FT WORTH, CDR Ray Gheradini raymond.gherardini@navy.mil 904-613-8902 N66231 Navy Operational Support Center Great Lakes 615 Barry Rd., Bldg 190, Great Lakes, IL 60088 Attn: NR LCS SUW DIV GREAT LAKES, CDR Mark Bauserman john.m.bauserman@navy.mil 858-405-7852 N61034 Navy Operational Support Center Atlanta 1210 Naval Force Court, Bldg 440, Marietta, GA 30069 Attn: NR LCS ASW DIV ATLANTA, CDR Corey Strong corey.o.strong@navy.mil 901-874-7253 N61843 Navy Operational Support Center New York City 4 Pennyfield Avenue, Bronx, NY 10465 Attn: NR LCS SUW NEW YORK CITY, LCDR Doug Nelson douglas.r.nelson@navy.mil 732-598-7974 N30531 Navy Operational Support Center Minneapolis 5905 34th Ave., Minneapolis, MN 55450-2898 Attn: NR LCS MCM MINNEAPOLIS, LCDR Johannes Schonberg johannes.schonberg@navy.mil 619-405-5178 N39872 COMLCSRON ONE 3325 Senn Rd., Bldg 55, San Diego, CA 92136-5049 Attn: Navy Reserve OSO, LT Erik Bray erik.bray@navy.mil 619-556-2018 N62109 Navy Operational Support Center Phoenix 14160 West Marauder St., Bldg 300, Luke Air Force Base, AZ 85309 Attn: NR LCS SUW PHOENIX, LT Andrew Walter Andrew.Walter@navy.mil 989-598-5935 N62144 Navy Operational Support Center Everett 2000 West Marine View Dr., Bldg 2106, Everett, WA, 98207-0001 Attn: NR LCS ASW EVERETT, LCDR Eric Steidle eric.d.steidle@navy.mil 808-234-4380
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9cdc57f3703449ef8c728ac1606352da/view)
- Place of Performance
- Address: Port Hueneme CBC Base, CA 93043, USA
- Zip Code: 93043
- Country: USA
- Zip Code: 93043
- Record
- SN05612821-F 20200409/200407230146 (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 |