SOLICITATION NOTICE
59 -- Artesyn Power Supply (P/N LPS254-CEF)
- Notice Date
- 10/26/2020 4:53:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-21-R-5200
- Response Due
- 11/6/2020 12:00:00 PM
- Archive Date
- 11/21/2020
- Point of Contact
- Stacy Crisman, Phone: 2027812015, Brian Han, Phone: 202-781-0851
- E-Mail Address
-
stacy.crisman1@navy.mil, brian.han@navy.mil
(stacy.crisman1@navy.mil, brian.han@navy.mil)
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419. Contract Type: Firm-Fixed-Price Method of issue: Full and Open Competition This acquisition has no small business set-aside. The NAVAL SEA SYSTEMS COMMAND is seeking the following requirement: DESCRIPTION OF PRODUCT: Part Number: LPS254-CEF Description: Artesyn Power Supply Quantity: 431 Unit of Measure: Each Part Number is Commercial� PLACES OF DELIVERY AND ACCEPTANCE: See Attachment #1 -�Delivery and Acceptance� SHIPPING: Transportation Account Codes (TACs) will be provided at award to allow for shipment INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 06 November 2020.� Quotes must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the representation and disclosures�at FAR 52.204-24.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary and Secondary Point of Contacts Stacy Crisman at stacy.crisman1@navy.mil and Brian Han at brian.han@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NAVSEA by the closing date of 06 November 2020 3:00 P.M. EASTERN 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 Is your company the OEM or proprietary for these products? Is your company an authorized reseller of Artesyn 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.� Total price will be evaluated. Technical Capability.� The Vendor�s technical capability will be assessed based upon the vendor providing a quotation based on the part number�provided in this solicitation.� 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. Not Acceptable: 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 CLAUSES INCORPORATED BY REFERENCE FAR 52.203-12������������������� Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.204-7��������������������� System for Award Management (Oct 2018) FAR 52.204-13������������������� System for Award Management Maintenance. (Oct 2018) FAR 52.204-16������������������� Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-17������������������� Ownership or Control of Offeror (Aug 2020) FAR 52.204-18������������������� Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-19������������������� Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-20������������������� Predecessor of Offeror (Aug 2020) FAR 52.204-21������������������� Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.204-22������������������� Alternative Line Item Proposal (Jan 2017) FAR 52.204-23������������������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-24������������������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-25������������������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)����� FAR 52.204-26��� ��������������� Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.209-2��������������������� Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) FAR 52.209-11������������������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-1 ���� ��������������� Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3 Alt I������������ Offeror Representations and Certifications-Commercial Items (Aug 2020) Alternate I (Oct 2014) FAR 52.212-4��������������������� Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.222-22������������������� Previous Contracts and Compliance Reports (Feb 1999) FAR 52.223-22������������������� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) FAR 52.225-18������������������� Place of Manufacture (Aug 2018) FAR 52.225-25������������������� Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Jun 2020) FAR 52.232-39��� ��������������� Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40��� ��������������� Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1��������������������� Disputes (May 2014) FAR 52.234-1��������������������� Industrial Resources Developed Under Title III Defense Production Act (Sept 2016) FAR 52.243-1��������������������� Changes-Fixed Price (Aug 1987) FAR 52.246-1��������������������� Contractor Inspection Requirements (Apr 1984) FAR 52.246-2��������������������� Inspection of Supplies-Fixed-Price (Aug 1996) FAR 52.247-29 ������������������ F.O.B. Origin (Feb 2006) FAR 52.252-2��������������������� Clauses Incorporated By Reference (Feb 1998) DFARS 252.203-7000������ REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002������ Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005������ Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003������ Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7008�������Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7012������ Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015������ Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003� � � �Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000 ����� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) DFARS 252.223-7008������ Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001������ Buy American and Balance of Payments�Basic (Dec 2017) DFARS 252.225-7002 ����� Qualifying Country Sources as Subcontractors (Dec 2017) DFARS 252.225-7012������ Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.225-7048 ����� Export-Controlled Items (Jun 2013) DFARS 252.232-7003 ����� Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 ����� Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 ����� Levies on Contract Payments (Dec 2006) DFARS 252.243-7001������ Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 ����� Subcontracts for Commercial Items (Sep 2020) DFARS 252.247-7023 ����� Transportation of Supplies by Sea (Feb 2019) G-232-H005 ���������������������SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) CLAUSES INCORPORATED BY FULL TEXT (See Attachment #2) FAR 52.212-5��������������������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2020)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e42fe5dc0b424159bc57488e95b615ba/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05838182-F 20201028/201026230139 (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 |