Desiccant Dry Cabinets to Store Circuit Card Assemblies
The purpose of this Modification/Amendment posted on August 22, 2019 is to revise the required features of the cabinets. Drawers may be used inside the cabinets, but drawers are not required. If drawe... The purpose of this Modification/Amendment posted on August 22, 2019 is to revise the required features of the cabinets. Drawers may be used inside the cabinets, but drawers are not required. If drawers are used, they must be anti-static. The purpose of this Modification/Amendment posted on August 21, 2019 is to extend the deadline for receipt of quotes to August 23, 2019 at 5:00 pm EST. This Modification/Amendment also revises the required features for storing the CCAs. The CCA Dividers may be either Vertical or Horizontal. The point is that the CCAs are somehow separated and are not just stacked one on top of the other like pancakes. The purpose of this Modification/Amendment posted on August 13, 2019 is to extend the deadline for receipt of quotes to August 21, 2019 at 5:00 pm EST. The purpose of this Modification/Amendment posted on August 9, 2019 is to extend the deadline for receipt of quotes to August 13, 2019 at 5:00 pm EST. The purpose of this Modification/Amendment is to correct the dimensions of the CCAs. 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. A separate, written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660419Q3008. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the following items: Desiccant Dry Cabinets to be used to store Circuit Card Assemblies (CCAs). The Government does not require a certain number of cabinets, as long as the cabinet(s) - however many - can hold 2,042 CCAs. The dimensions of the CCAs are 6.588" +0.009/-0.021" wide by 9.187" +0.000/-0.012" long with a thickness of 0.800". The cabinet(s) must also meet the other features outlined in the table below: Features: (1) Operates by fan/desiccant (2) Maintenance-free self-regenerating desiccant dryers (3) CCA Dividers - either Vertical or Horizontal - CCAs must somehow be divided/separated and cannot be stacked one on top of the other like pancakes (4) Anti-static drawers* *The cabinets or the shelves inside the cabinets do not have to have drawers/moving drawers. If drawers are used/quoted, they must be anti-static. F.O.B. Destination to Naval Station Newport, Newport, RI 02841 This requirement is being solicited as a 100% total small business set aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs. The North American Industry Classification System (NAICS) Code is 337512, Showcase, Partition, Shelving, and Locker Manufacturing. The Small Business Size Standard is 500 employees. 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. The Government's preferred payment method is via credit card. If UID applies, payment will be via Wide Area Workflow (WAWF). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. Clauses FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7009 Limitation on the Use of Disclosure of Third Party Contractor Reported Cyber Incident Information; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Electronic and Information Technology Section 508 Contract Requirements does not apply. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award. Instructions for registration are available on the SAM website. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. Offers shall include a price for each item and a separate price for packaging, crating and/or shipping charges. Offers shall also include delivery terms. In addition, offers shall include the following information: point of contact information (including phone number and email address) and contractor CAGE code and contractor DUNS. Quotes must have a validity of no less than 30 days. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The Government will consider past performance information contained in the Supplier Performance Risk System whereby negative past performance and delivery information may render a quote being deemed technically unacceptable. Offers shall be submitted via email to Carrie Rochelle at carrie.rochelle@navy.mil. Offers must be received on or before 5:00 p.m. Eastern Standard Time (EST) August 13, 2019. Offers received after this date/time will be considered late and may not be considered for award. For information on this acquisition, please contact Carrie Rochelle at carrie.rochelle@navy.mil or (401) 832-6562.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »