Inactive
Notice ID:N66604-19-Q-1974
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in Accordance with the format...
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; quotes are being requested and a written solicitation will not be issued. This solicitation will be issued in less than 15 days per FAR 5.203(a) & (h). Request for Quotation (RFQ) number is N66604-19-Q-1974. This procurement is 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 333999. The Small Business Size Standard is 500 employees. The Product Service Code (PSC) is 5340. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the item below on a Firm-Fixed Price Basis: Contract Line Item Number (CLIN) 0001- High-precision automated lapping and polishing system, Quantity 01 each. Unit must be in new condition, fully integrated and assembled. SEE ATTACHMENT #1 FOR CONFIGURATION/MINIMUM REQUIREMENTS. Delivery shall be no later than 8 weeks After Receipt of the Order (ARO), F.O.B. Destination, Naval Station Newport, RI 02841. Quotes shall include detailed system configurations/ product specification sheet, price, delivery terms, shipping costs and the following additional information with submissions: point of contact (including phone number and email address, and cage code). Incorporated provisions and clauses are those in effect through most recent Federal Acquisition Circular. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Defense Priorities and Allocations System (DPAS) rating is DO-C9. Electronic and Information Technology (EIT) 508 Compliance is not applicable to this requirement. Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232- 7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means (1) the items quoted meet the minimum requirements/specifications listed in Attachment #1; and (2) Delivery date is no later than 8 weeks ARO (3) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Failure to propose all the required items will render your quote ineligible for award. All timely offers will be considered. Offers must be submitted via email to karen.sampson@navy.mil no later than the date and time specified. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.