Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2022 SAM #7539
SOLICITATION NOTICE

75 -- Custom Printed Circuit Boards

Notice Date
7/20/2022 8:36:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-22-Q-6373
 
Response Due
8/1/2022 12:00:00 PM
 
Archive Date
08/16/2022
 
Point of Contact
Hannah Chichester, Contract Specialist, Phone: 6195534479
 
E-Mail Address
hannah.chichester@navy.mil
(hannah.chichester@navy.mil)
 
Description
1. 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 separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. 2. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-22-Q-6373. The North American Industry Classification System (NAICS) code applicable to this acquisition is Code 334412, NAICS Title: Bare Printed Circuit Board Manufacturing and the small business size standard is 750 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. 3. Due to the use of ""Distribution Statement: D"" being utilized in the attachments of this solicitation, the distribution of these attachments are restricted and limits distribution to contractors that are performing on a current DoD contract. All vendors who anticipate providing a quote to this requirement must be cleared through the Defense Logistics Agency (DLA) Joint Certification Program (JCP) (https://public.logisticsinformationservice.dla.mil/jcp/search.aspx). Questions about the JCP program should be referred to the DLA at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/FAQ.aspx. Attachments with dimensions and salient characteristics will be made available upon receipt of confirmation of a contractor's registration in the DLA JCP and current registration in SAM. Contractors are instructed to submit an email that shall include the name of the contractor, business address, Cage Code, and DUNs in response to this solicitation to Hannah Chichester and Jessica Matias by e-mail at Hannah.m.chichester.civ@us.navy.mil and Jessica.l.matias.civ@us.navy.mil. Please use the subject line ""N66001-22-Q-6373"" on your email messages. 4.The deadline to submit a contract number for Government review is 28 July 2022 at 16:00 PST. Please note that submissions after this deadline may not leave sufficient time for review and the Government may choose not to consider submissions after this deadline. Failure to obtain the drawings prior to the quote submission deadline will make the contractor ineligible for award. 5. The Government is seeking to acquire custom printed Circuit Boards built to specifications as provided in technical drawings in support of the Unmanned Aerial Vehicle Information Operation (UAVIO) project. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed in the attached PDF titled ""N66001-22-Q-6373 final"". The Government will not consider quotes or offers for partial items or quantities. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the most advantageous offer as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2. Technical Acceptability Documentation: a.Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted supplies to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below and provided in Attachments 01 and 02. b.Authorized Source Confirmation: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Counterfeit IT Certification: The following IT related statement applies to CLIN(s) 0001-0002 The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content. � Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S."" 2.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing or are priced out separately per the table above. 3.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 4.Representation: To be considered for award, offerors are required to submit the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204- 7016, and DFARS 252.204-7017 (if applicable). EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the most advantageous to the Government offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical Acceptability: The Government will evaluate all quotes based on the technical and material specifications stated in Attachment 01, Drawings and Attachment 02, RF Cable Specifications. Attachments 01 and 02 will only be made available to vendors cleared through the Defense Logistics Agency (DLA) Joint Certification Program (JCP). Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. Contractors are required to submit the representations at FAR 52.204-24 and FAR 52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if applicable); 252.225-7974 and 252.225-7973. Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)� Alternate I (Oct 2014), to be submitted with your quotation. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Not applicable. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 28 July 2022 at 16:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-22-Q-6373. Include RFQ# N66001-22-Q-6373 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 01 August 2022 at 12:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-22-Q-6373. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Hannah Chichester at hannah.m.chichester.civ@us.navy.mil. Reference the RFQ# PR # 1301018115 on all email exchanges regarding this acquisition. The following provisions are incorporated by reference: 52.204-7 System for Award Management (October 2018) 52.204-16 Commercial and Government Entity Code Reporting (August 2020) 52.204-17 Ownership or Control of Offeror (August 2020) 52.204-20 Predecessor of Offeror (August 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.212-1 Instructions to Offerors- Commercial Items (June 2020) 52.212-2 Evaluation- Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications- Commercial Items (FEB 2021) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reductions Goals- Representation (DEC 2016) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7016 Covered Defense Telecommunications Equipment or Services� Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.239-7017 Notice of Supply Chain Risk (FEB 2019) 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (NOV 2021) The following provision is incorporated by full text 252.225-7974 - REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) (a) Definitions. As used in this provision� ""Agency or instrumentality of the government of Venezuela"" means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to ""a foreign state"" deemed to be a reference to ""Venezuela."" ""Business operations"" means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. ""Government of Venezuela"" means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. ""Person"" means� (1) A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3) Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. (b) Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c) Representation. By submission of its offer, the Offeror represents that the Offeror� (1) Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or (2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS�REPRESENTATION (MAY 2020) (DEVIATION 2020- O0015) (a) Prohibition. Section 848 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92) prohibits DoD from using or procuring� (1) An unmanned aircraft system (UAS), or any related services or equipment, that� (i) Is manufactured in the People's Republic of China or by an entity domiciled in the People's Republic of China; (ii) Uses flight controllers, radios, data transmission devices, cameras, or gimbals manufactured in the People's Republic of China or by an entity domiciled in the People's Republic of China; (iii) Uses a ground control system or operating software developed in the People's Republic of China or by an entity domiciled in the People's Republic of China; or (iv) Uses network connectivity or data storage located in, or administered by an entity domiciled in, the People's Republic of China; or (2) A system for the detection or identification of a UAS, or any related services or equipment, that is manufactured� (i) In the People's Republic of China; or (ii) By an entity domiciled in the People's Republic of China. (b) Representations. By submission of its offer, the Offeror represents that it will not provide or use� (1) A UAS, as described in paragraph (a)(1) of this provision, in the performance of any contract, subcontract, or other contractual instrument resulting from this solicitation; and (2) A system for the detection or identification of a UAS, as described in paragraph (a)(2) of this provision, in the performance of any contract, subcontract, or other contractual instrument resulting from this solicitation. (End of provision) (End of clause) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN 2010) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post-Award Small Business Program Representation (NOV 2020) 52.219-33 Non-Manufacturer Rule (MAR 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American Act�Supplies (JAN 2021) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.239-1 Privacy or Security Safeguards (AUG 1996) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (OCT 2018) 52.219-6 Notice of Total Small Business Set-Aside (OCT 2020) (DEVIATION 2020-O0008) 52.219-14 Limitation on Subcontracting (MAR 2020) (DEVIATION 2020-O0008) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2017) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.239-7018 Supply Chain Risk (FEB 2019) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/650aa174972543e895cb5e5b8ff1b93c/view)
 
Record
SN06396169-F 20220722/220720230118 (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.