Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N66604-19-Q-2172
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page ...
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis and solicitation will be open for less than 30 days, in accordance with FAR 5.203(a). Request for Quotation (RFQ) number is N66604-19-Q-2172. This procurement is 100% total small business set-aside as concurred with by the Naval Undersea Warfare Center, Division Newport's (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 335999. The Small Business Size Standard is 500 employees. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order with a brand name specification is anticipated. Required delivery for all items is not later than 12 weeks after date of award, F.O.B. Destination, Naval Station, Newport, RI 02841. NUWCDIVNPT, Newport, RI. NUWCDIVNPT has a requirement for the following part: Contract Line Item Number (CLIN) 0001 - Depth Pressure Sensor (DPS) controller, Kollmorgen NEXTSTEP-LRES-CW, single axis micro-stepping drive; QTY: 17 EACH NOTE - Reconditioned parts are acceptable as long as they conform to the same standards of a new part No other make or model will satisfy the current requirement therefore no substitutions will be accepted. A new DPS controller, part number (P/N) NEXTSTEP-LRES-CW, was introduced to the MK660 Automatic Test Equipment (ATE) as a result of the obsolescence of the current DPS controller. The DPS controller is required to support the service life of the MK660 ATE. The DPS controllers lengthen the service life of the MK660 by addressing obsolesce issues. Testing of the NEXTSTEP-LRES-CW DPS controller was completed after it was installed in the MK660ATE and the testing resulted in favorable results and has been accepted as an approved change. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, at the time of this notice. The following Clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; - 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; - DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; and - DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The Government has determined that this requirement does not include EIT and is exempt from 508 requirements. 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. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). This combined synopsis and 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. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the Offeror must (1) quote the items which meet the requirements specified above, in the required quantities specified above, and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Quotes should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Quotes must be emailed directly to Keri Gunn at keri.gunn@navy.mil. Quotes must be received by 2:00 pm on 30 May 2019. Quotes received after the closing date and time specified will be ineligible for award. For information on this acquisition contact Keri Gunn at (401) 832-6779 or keri.gunn@navy.mil.