Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

61 -- Dummy, Connectors NSN 5935-01-568-0679.

Notice Date
4/7/2020 1:12:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
U S ARMY DEPOT LETTERKENNY CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1R9220004N
 
Response Due
4/10/2020 7:00:00 AM
 
Archive Date
04/25/2020
 
Point of Contact
Kevin Duffy, Phone: 7172678938
 
E-Mail Address
kevin.a.duffy4.civ@mail.mil
(kevin.a.duffy4.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W25G1R9220004N and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set-aside for small businesses. The anticipated award will be a Firm Fixed Requirements Contract. The award will be made based on the lowest price, technically acceptable offer. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 335999. The SB size standard for this code is 500 employees. 0001: New Six hundred (600) each new Dummy, Connectors NSN 5935-01-568-0679. The dummy, connectors must be built exactly to the specifications of Dummy, Connector with NSN 5935-01-568-0679. No variation or revisions will be accepted. Please refer to Attachment #1 for additional Details. 1001: New Six hundred (600) each new Dummy, Connectors NSN 5935-01-568-0679. The dummy, connectors must be built exactly to the specifications of Dummy, Connector with NSN 5935-01-568-0679. No variation or revisions will be accepted. Please refer to Attachment #1 for additional Details. All equipment must be new. All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. Competition is being restricted to manufactures who have previously, successfully manufactured this supply with FAT certification. The following FAR provisions and clauses are applicable to this solicitation and may be obtained via internet at Provision at FAR 52.212-1, Instruction to Offerors--Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE Code, DUNS number, Tax ID Number (TIN) and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Contractors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications --Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM/ . FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting With inverted Domestic Corporations FAR 52.209-4, First Article Approval -- Government Testing FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors, 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 (Deviation) FAR 52.217-9 Option to extend the Terms of the Contract FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contract and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act�Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-17 Interest FAR 52.232-23 Assignment of Claims 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 for 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 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, system for Award Management DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 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 252.247-7023 Transportation of Supplies by Sea FAR 52.212-2 Evaluation � Commercial Item. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest price technically acceptable offer. Technical acceptability shall be based on demonstrating the ability to meet the specification standards. Submittals may show successful production of the equipment and personnel to produce the item specifications. Failure to submit supporting documentation on an equal product being offered will render the quote non-responsive and it will no longer be considered for this procurement. Point of Contact: Contract Specialist: Kevin Duffy; Phone: (717) 267-8938, FAX: (717) 267-9834, e-mail: kevin.a.duffy4.civ@mail.mil�� Contracting Officer: Randy Allison (717) 267-5216. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with the solicitation; and include the, per unit cost of each new Dummy, Connectors NSN 5935-01-568-0679, for a total for all 1,200 units. 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice must be submitted to the Points of contact as indicated in this announcement. 4) Only email offers will be accepted 5) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 6) Quotes must be valid for a period of 60 days. Response Time-Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on March 13, 2020. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. Attachment(s): 1 �Description.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/749d8f88b3fc49d7b13ecb8629eaa2e8/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN05613349-F 20200409/200407230150 (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 |
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.