Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2022 SAM #7678
SOLICITATION NOTICE

61 -- 61--N6831623RC013GR 23QG015 NSSF Power Cable Assemblies

Notice Date
12/6/2022 11:35:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923QG015_01
 
Response Due
12/9/2022 9:00:00 AM
 
Archive Date
06/07/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0018923QG015_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-12-09 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Groton, CT 06340 The FLC Norfolk - Groton requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Power Cable Assembly 480VAC - 22102550 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 1) 3 foot Cordset, Type W 4-0, Black, Cable, Primary - Crouse Hinds E1016, White, Female, Part No. E1016-8392 Camlock, Secondary - Leviton E-1022, White, Male, Part No. 22L22-SW Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 1, EA; LI 002: Power Cable Assembly 480VAC - 22102551 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETALED SPECIFICATIONS (QTY. 1) 3 foot Cordset, Type W 4-0, Black, Cable, Primary - Crouse Hinds E1016, Red, Female, Part No.E1016-8389 Camlock, Secondary - Leviton E-1022, Red, Male, Part No. 22L22-SR Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 1, EA; LI 003: Power Cable Assembly 480VAC - 22102552 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 4) 3 foot Cordset Type W 4-0 Black Cable, Primary - Leviton E-1022, Black, Female Part No. 22L25-SE Camlock, Secondary - Duraline E-1023 Black, Male, Part No. E1023-140 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 4, EA; LI 004: Power Cable Assembly 480VAC - 22102553 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 4) 3 foot Cordset, Type W 4-0, Black, Cable, Primary - Leviton E-1022, White, Female, Part No.22L25-SW Camlock. Secondary - Duraline E-1023, White, Male, Part No. E1023-145 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 4, EA; LI 005: Power Cable Assembly 480VAC - 22102554 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 6) 3 foot Cordset, Type W 4-0, Black, Cable, Primary - Leviton E-1022, Red, Female, Part No.22L25-SR Camlock, Secondary - Duraline E-1023, Red, Male Part No. E1023-142 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 6, EA; LI 006: Power Cable Assembly 480VAC - 22102555 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable, Primary - Duraline E-1023, Black, Female Part No.E1023-148 Camlock, Secondary - Crouse Hinds E1016, Black, Male, Part No.E1016-8362 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 12, EA; LI 007: Power Cable Assembly 480VAC - 22102556 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable, Primary - Duraline E-1023, White, Female, Part No.E1023-153 Camlock, Secondary - Crouse Hinds E1016, Red, Male, Part No.E1016-8364 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 12, EA; LI 008: Power Cable Assembly 480VAC - 22102557 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable, Primary - Duraline E-1023, Red, Female, Part No.E1023-150 Camlock, Secondary - Crouse Hinds E1016, Blue, Male, Part No.E1016-8368 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 12, EA; LI 009: Power Cable Assembly 480VAC - 22102558 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 3) 65 foot Cordset, Type W 4-0, Black, Cable, Primary - Crouse Hinds E1016, Black, Female, E1016 Camlock, Secondary - Crouse Hinds E1016, Black, Male, Part No.E1016-8362 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 3, EA; LI 010: Power Cable Assembly 480VAC - 22102559 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 3) 65 foot Cordset, Type W 4-0, Black, Cable,11 Primary - Crouse Hinds E1016 Red, Female, E1016 Camlock, Secondary - Crouse Hinds E1016, Red, Male, Part No.E1016-83604 Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 3, EA; LI 011: Power Cable Assembly 480VAC - 22102560 FFP Power Cable Assembly 480VAC All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33. DETAILED SPECIFICATIONS (QTY. 1) 30 foot Cordset, Type W 4-0, Black, Cable, Primary - Duraline E-1023, Red, Female, Part No.E1023-150 Camlock, Secondary - Leviton E-1022, Red, Male, Part No.22L22-SR Camlock. To include Shipping and FOB Destination Delivery to Groton, CT 06349. In Accordance with Incorporated Specifications. FOB: Destination MILSTRIP: N6831623RC013GR PURCHASE REQUEST NUMBER: N6831623RC013GR ADDITIONAL MARKINGS: GTPOC - TBD PSC CD: 6145, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 335931 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. System for Award Management OCT 2018 System for Award Management Maintenance OCT 2018 Commercial and Government Entity Code Reporting AUG 2020 Commercial and Government Entity Code Maintenance AUG 2020 Alternative Line Item Proposal JAN 2017 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Agency Office of the Inspector General AUG 2019 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 Prohibition of Hexavalent Chromium JUN 2013 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime MAY 2022 Sources of Electronic Parts MAY 2018 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JAN 2022) AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcc2f1ab9a0c4e53b1841f17dd096c10/view)
 
Place of Performance
Address: , Groton, CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN06536356-F 20221208/221206230058 (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.