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; quotes are being requested and a separate written solicitation
will not be
issued.
Competitive quotes are being requested under Request for Quote (RFQ) #
N66001-18-Q-7809.
The NAICS code applicable to this acquisition is 335929 and the small business
size
standard is 1000. This procurement is a Total Small Business Set-Aside. Only
quotes
submitted by Small Business Concerns will be accepted by the Government. Any
quote that is
submitted by a non-Small Business Concern will not be considered for award.
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities. Anticipated contract line items are as follows:
BRAND NAME OR EQUAL PRODUCTS (SEE ATTACHED FOR PART LIST)
ITEM DESCRIPTION QUANTITY UNIT
0242235 13 CABLE, BAM (ILB4M//DLSAM(Black)//108in P6C16#//DLSBM(Black)//ILB4F)
SUBCONN
0242239-A 8 CABLE, LF TX (IL8F//DLSBM(Blue)//168in P8C16#OS//DLSBM(Blue)//IL8M
[REV A])
SUBCONN
0242240 28 MCIL4M, P4C20#OS, 480 IN (MCIL4M//480in P4C20#OS//OPEN) SUBCONN
0242243 23 CABLE, MF-HF TX (IL3M//DLSAM(Yellow)//144in
P3C18#OS//DLSAM(Yellow)//IL3F) SUBCONN
0242243 23 CABLE, MF-HF TX (IL3M//DLSAM(Green)//144in
P3C18#OS//DLSAM(Green)//IL3F) SUBCONN
0242257 46 IL3M, P3C18#OS, 48 IN (IL3M//48in P3C18#OS//OPEN END) SUBCONN
BH8FAS 8 BULKHEAD, 8 PIN FEMALE, ANODIZED ALUMINUM (Subconn 6061-T6) SUBCONN
DC8M 10 8 PIN MALE, DUMMY (Subconn connector) SUBCONN
DLSA-F, BLUE 10 LOCKING SLEEVE, FEMALE, BLUE SUBCONN
DLSA-F, YELLOW 50 LOCKING SLEEVE, FEMALE, YELLOW SUBCONN
DLSA-F, GREEN 50 LOCKING SLEEVE, FEMALE, GREEN SUBCONN
DLSA-M, BLUE 10 LOCKING SLEEVE, MALE, BLUE SUBCONN
DLSA-M, YELLOW 50 LOCKING SLEEVE, MALE, YELLOW SUBCONN
DLSA-M, GREEN 50 LOCKING SLEEVE, MALE, GREEN SUBCONN
DLSB-F, BLUE 15 LOCKING SLEEVE, CIRCULAR, FEMALE, BLUE SUBCONN
DLSB-F, BLACK 35 LOCKING SLEEVE, CIRCULAR, FEMALE, BLACK SUBCONN
DLSB-M, BLUE 15 LOCKING SLEEVE, CIRCULAR, MALE, BLUE SUBCONN
DLSB-M, BLACK 35 LOCKING SLEEVE, CIRCULAR, MALE, BLACK SUBCONN
MCDLS-F 50 LOCKING SLEEVE, MICRO, FEMALE SUBCONN
P3C18#OS 2500' SubConn P3C18#OS PU Jacketed cable with
three #18 and a shield with drain wire SUBCONN
Delivery Date: March 2nd 2018
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars ($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code, business
size and type of small business, and telephone and e-mail address of an Offeror
point of
contact;
3. Stay within the page limitations indicated below;
4. Be submitted in electronic PDF or Excel format; and
Certification: "To be considered for award, the offeror certifies that the
product(s)
being offered is an original, new and Trade Agreements Act (TAA) compliant
product, and
that the subject products are eligible for all manufacturer warranties and
other ancillary
services or options provided by the manufacturer. Offeror further certifies
that it is
authorized by the manufacturer to sell the products that are the subject of
this action in
the US (i.e., that the products are TAA compliant and that the offeror is
authorized to
sell them in the US)." Certification is not limited in pages.
Offerors are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, TAA compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products provided
are not recognized or acknowledged by the manufacturer as new and original
products that
are eligible for warranties and all other ancillary services or options
provided by the
manufacturer or that offeror was not authorized by the manufacturer to sell the
product in
the US, or that the product is in some manner not TAA compliant.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman font.
All pages of the Technical File shall be numbered and shall not exceed ten
pages.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically
acceptable quote received in response to this solicitation. Any quote evaluated
as
unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation
Supplement
(DFARS) Publication Notice 20161222. It is the responsibility of the contractor
to be
familiar with the applicable clauses and provisions. The clauses can be
accessed in full
text at www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items (Jan
2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov 2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep 2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun 2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on 01/22/2017 at 11:00 AM, Pacific Time. Questions and quotes
must be
uploaded on the SPAWAR e-Commerce website at
https://e-commerce.sscno.nmci.navy.mil, under
SSC Pacific/Simplified Acquisitions/N66001-18-Q-7809. E-mail quotes or offers
will not be
accepted. Late quotes will not be accepted. For e-Commerce technical issues,
contact the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
The point of contact for this solicitation is David St. Cyr at
[email protected].
Please include RFQ# N66001-18-Q-7809 on all inquiries. The due date for
questions is
01/18/2017. Questions may be addressed afterward at the discretion of the
Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered
DUNS and CAGE Code.
Bid Protests Not Available