Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2020 SAM #6964
SOLICITATION NOTICE

59 -- Electro Optical Slip Ring Assembly Supplies

Notice Date
12/21/2020 6:27:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-21-Q-0108
 
Response Due
12/31/2020 11:00:00 AM
 
Archive Date
01/15/2021
 
Point of Contact
Gina Proske
 
E-Mail Address
gina.proske@navy.mil
(gina.proske@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 revises the original solicitation (below) to procure items on a Brand Name Specific basis instead of a Sole Source basis.. Amendment also updates this requirement to Total Small Business Set Aside.� Please note that only quotes provided by Aptiv Authorized Federal Partners will be considered for award. -------------------------------------------------------------------------------------- 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.� This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� Request for Quotation (RFQ) number is N66604-21-Q-0108. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Brand Name Specific items, no substitutions: CLIN 0001 � Quantity 22, QPL M28876/9 90� Back Shell, 18-Position, Sockets, Key 1, Part Number M28876/9F23S1��������� CLIN 0002 � Quantity 220, Aptiv 2.0mm Pin Contact, Part Number 4569994-126F000CH CLIN 0003 � Quantity 220, Aptic 2.0mm Pin Contact and Sleeve, Part Number 4569995-126F000CH CLIN 0004 / Option 1 � Quantity 44, QPL M28876/9 90� Back Shell, 18-Position, Sockets, Key 1, Part Number M28876/9F23S1��������������� CLIN 0005 / Option 2 � Quantity 440, Aptiv 2.0mm Pin Contact, Part Number 4569994-126F000CH CLIN 0006 / Option 3 � Quantity 440, Aptic 2.0mm Pin Contact and Sleeve, Part Number 4569995-126F000CH Required delivery is 19 weeks from date of award or option exercise (or sooner); latest date of Option Exercise is 09/30/2021; F.O.B. Destination; Naval Station Newport, RI. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable: (1) the offeror must be included on the Aptiv Authorized Federal Partners List; (2) the offeror must quote the required items, no substitutions, in the required quantities; (3) refurbished or used items are unacceptable; and (4) 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. The North American Industry Classification System (NAICS) Code for this acquisition is 334417 �Electronic Connector Manufacturing�.� The Small Business Size Standard is 1,000 employees. This procurement is being conducted on a sole source basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation � Commercial Items FAR 52.212-3 (ALT 1), 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 DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clause applies to this solicitation: FAR 52.217-7� Option for Increased Quantity-Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item CLINs 0004, 0005, and/or 0006, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) year from date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) The below clauses apply to this solicitation: FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 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 Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. In accordance with DFARS 252.211-7003 �Item Identification and Valuation� if the unit prices proposed exceed $5,000; UID tags are required and payment will be via Wide Area Workflow (WAWF).� If UID does not apply then the Government's preferred payment method is via credit card. The available payment methods are Government Purchase Card (Mastercard) and payment via Wide Area Workflow (WAWF).� The Government preferred payment method is Purchase Card.� IF THE VENDOR CANNOT ACCEPT MASTERCARD, THIS INFORMATION MUST BE CLEARLY CONVEYED IN THE QUOTE. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.� This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/SAM/ Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), (4) Contractor Cage Code and/or DUNs Number, and (5) a signed copy of the representation at FAR 52.204-24 as attached to this solicitation. Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da956ee5ae82415d93427f681c3a7305/view)
 
Record
SN05878851-F 20201223/201221230111 (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.