PRINTER CABLE
MODIFICATION/AMENDMENT: To provide additional information for drawings. ______________________________________________ COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solic... MODIFICATION/AMENDMENT: To provide additional information for drawings. ______________________________________________ COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0064 NAICS: 334419 FSC/PSC: 5995 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Description: 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; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03 effective 12 June 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419, with a Small Business Size Standard of 750. The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: The Launch Control Unit (LCU) cable is part of the printer kit that will be provided to ships with MK 41 launchers. •1. Launch Control Unit (LCU) printer cable, P/N: 8652143-9 (FIS Blue), QTY 35 The technical data package (drawings) contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) https://public.logisticsinformationservice.dla.mil/jcp/search.aspx in active status are authorize to receive the package via request made for Explicit Access via the FBO website. Vendor also must be currently registered in the System for Award Manage (SAM) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 07/12/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Pamela.stiles@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 07/12/2019 12:00 p.m. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: 1) Price (Lowest Price Technically Acceptable) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management. (Mar 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) FAR 52.204-17 Ownership or Control of Offeror. (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certification. (Dec 2014) FAR 52.204-20 Predecessor of Offeror. (Jul 2016) FAR 52.204-22 Alternative Line Item Proposal. (Jan 2017) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. (Jul 2018) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016) FAR 52.212-1 Instructions to Offerors-Commercial Items. (Deviation 2018-O0018) (Oct 2018) FAR 52.212-4 Contract Terms and Conditions-Commercial Items. (Oct 2018) DFARS 252.213-7000 Notice to Prospective Suppliers on use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) •1. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor(s) shall be used to evaluate offer(s): Price - Lowest Price Technically Acceptable (LPTA) •2. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Oct 2018) Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »