Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2024 SAM #8422
SOLICITATION NOTICE

66 -- Sole Source Notification: Keyence VHX-XI Series Digital Microscope

Notice Date
12/16/2024 6:29:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0141
 
Response Due
12/18/2024 11:00:00 AM
 
Archive Date
01/02/2025
 
Point of Contact
Amy Prisco, Phone: 4018328503
 
E-Mail Address
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
RFQ # N6660425Q0141 This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. The Request for Quote (RFQ) number is N6660425Q0141. This requirement is being solicited on an unrestricted basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 33310 Optical Instrument and Lens Manufacturing. The Small Business Size Standard is 1000 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a FFP contract to KEYENCE CORPORATION OF AMERICA, CAGE Code 0VZL5, on a sole source basis for the following item: P/N: VHX-X1 Series Digital Microscope (Qty 1). [JM1] The associated costs with selecting, procuring, and validating different equipment to attain the same technical capabilities would be prohibitively costly in both time and dollars, which will negatively impact the Fleet. For the purposes of quoting to this opportunity, the Contract Line-Item Number (CLIN) structure is identified below: CLIN: 0001 Description: Keyence VHX-X1 Digital Microscope Total Quantity: 1 Required delivery made under this contract shall be F.O.B. Destination, Naval Station Newport, RI. The Offeror shall include shipping charges in unit prices, if applicable, and specify delivery lead times in its quote. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact, telephone number, and e-mail address. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation: The following FAR clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1; - 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; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.219-28, Post Award Small Business Program Representation (Nov 2020); -- 52.222-3, Convict Labor (June 2003); -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019); -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015) -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); -- 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); and -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). The use in this solicitation 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. -- 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: - 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, (DEVIATION 2024-O0013; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide the item required, in the required quantity; (2) Offeror shall provide proof that the item is shipped from the US; (3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk Systems (SPRS) may render a quote being deemed technically unacceptable. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment will be made via Wide Area Workflow (WAWF). See DFARS clause 252.204-7006. Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before 18 December 2024 at 2:00pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy.K.Prisco.civ@US.NAVY.mil. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to amy.k.prisco.civ@us.navy.mil no later than 5 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N66604-25-Q-0141 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db653fbb0b4c4ca4951718aa153aebfc/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07293435-F 20241218/241216230112 (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.