Active Matrix Liquid Display
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0113 NAICS: 334118 FSC/PSC: 5980 Contracting Office Address: NAVAL SU... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0113 NAICS: 334118 FSC/PSC: 5980 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. Brand Name Federal Acquisition Regulation (FAR) Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. (c) Application for brand name descriptions. (1) An acquisition or portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product, or feature of a product, peculiar to one manufacturer-(B) The justification should indicate that the use of such descriptions in the acquisition or portion of an acquisition is essential to the Government's requirements, thereby precluding consideration of a product manufactured by another company; and (C) The justification shall be posted with the solicitation (see 5.102(a)(6)). 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a Small Business Size Standard of 1000. The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: Line: 0001 Description: TL-354 CB DC M00R,21.3" Rugged Display, 28VDCC MIL Connectors Brand: Esterline Part Number: K9346902 Quantity: 15 Vendors are required to provide FOB Destination Pricing to: NSWC PHD, Port Hueneme, CA 90043 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 July 3, 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) Ruben Velasquez at ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of July 3, 2019 05:00 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: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: 1) Price (Lowest Price Technically Acceptable) 2) Past Performance. Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal supply class (FSC) or product or service code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. 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 52.202-1 Definitions. FAR 52.203-3 Gratuities FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-21 Basic Safeguarding of covered contractor information systems. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003 FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA). FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. FAR 52.225-18 Place of Manufacture. Purpose of Ammendment 06/26/2019 Add Brand Name Document
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »