Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:06162023-MBT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the synopsis and solicitation of the quoted items; no additional request for quotes and/or request for solicitation will be issued. This solicitation is issued as Request for Quotation (RFQ) N61340-23-R-0104 and incorporates the provisions and clauses through Federal Acquisition Circular (FAC) 2023-01. This procurement is being solicited as a 100% small business set-aside. The North American Classification System (NAICS) code for this effort is 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) with a size standard of 1,000 employees. This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm Fixed Price (FFP) purchase order that covers brand name specific, with no substituted commercial items. All quote information shall be furnished at no cost or obligation to the Government. Requirement Description: The purpose of this procurement is to acquire spares kits related to the Littoral Combat Ship (LCS) Training Systems for the Mission Bay Trainer (MBT) located at the LCS Littoral Training Facility (LTF) in San Diego, CA. The required materials (descriptions, specifications, part number, and quantities) are identified in the CLIN 0001 below. Configuration control is of significant importance, as the current environment and support structures (e.g., classroom dimensions, connectivity, environmental controls, utility capacity, etc.) cannot be altered without significant additional expense (cost and schedule) or negatively impacting training capacity. Dates and places of delivery, acceptance and F.O.B. destination point: Delivery shall be F.O.B. destination in accordance with FAR Clause 52.247-34: CLIN 0001 Items 1-31 shall be shipped to the address below: Littoral Combat Ship Training Facility Attention: Gary Hacker 2680 Woden St., Bldg. 3304 Suite #1 San Diego, CA 92136 Note: Inspection and Acceptance will occur at each delivery site and will be conducted by the Government. Delivery shall occur within one hundred eighty (180) calendar days after contract award. The anticipated award date is 06 July 2023. Basis of Award: The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest price technically accepted (LPTA). For the purposes of this evaluation technically acceptable is defined as a quote that: meets all item specifications; meets delivery date; is submitted by a small business under the requested NAICS code; is submitted by a small business that is registered in SAM with the correct NAICS code, at the time of receipt of quotations. All Quotes are due no later than 27 June 2023 at 2:00 PM (ET). Quotes will only be accepted via email as a MS Word or Adobe PDF attachment sent to issa.j.malki.civ@us.navy.mil. In addition to the requirements found at clause 52.212-1(b) and throughout this combined synopsis/solicitation, responses must also include solicitation number; a direct point of contact and telephone number of offeror. Proprietary data in the response will be protected where it is so designated. For information or questions regarding this RFQ, contact the cognizant Contract Specialist (CS), Issa Malki, at issa.j.malki.civ@us.navy.mil. See attachments for a complete description of supplies or services being requested.