Federal Bid

Last Updated on 02 Jul 2020 at 8 PM
Combined Synopsis/Solicitation
Port hueneme cbc base California

Triax Connector

Solicitation ID N6339420Q0114_FY20-13617
Posted Date 02 Jul 2020 at 8 PM
Archive Date 25 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Commanding Officer
Agency Department Of Defense
Location Port hueneme cbc base California United states 93043

COMBINED SYNOPSIS/SOLICITATION

 

Document Type:  Combined Solicitation/Synopsis

Solicitation Number: N63394-20-Q-0114

NAICS: 335931

FSC/PSC: 5930

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, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement is not a request for quotes or proposals but all responsible sources may submit a proposal or quotation which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a Small Business Size Standard of 500 employees.

The Naval Surface Warfare Center, Port Hueneme Division is seeking the following:

Line:                       0001 

Description:          Triax Connector

Part No:                 000-34475-1003

Quantity:               180

DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM

This is rated order DO-C9 under the Defense Priorities and Allocations System

 

INSTRUCTIONS TO INDUSTRY:

Submission of quotes shall be received not later than 07/10/2020.  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 [email protected] . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 07/10/2020 03:00 P.M. PACIFIC STANDARD TIME.

All changes to the requirement that occur prior to the closing date will be posted to BETA.SAM.GOV. It is the responsibility of interested vendors to monitor BETA.SAM.GOV 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? (https://piee.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. Technical CapabilityThe Vendor’s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation and adherence to the Statement of Work.  Technical capability will receive an “acceptable” or “not acceptable” rating. 

  1. Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000.
     
     

Adjectival Rating Description

Acceptable:  Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.

Unacceptable: Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.

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 CLAUSES

 

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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

 

FAR 52.204-13 System for Award Management Maintenance.

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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation.

FAR 52.209-4  First Article Testing will be performed by Government.

FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.  

FAR 52.211-15 Defense Priority and Allocation Requirements.

FAR 52.212-1 Instructions to Offerors—Commercial Items.  

FAR 52.212-2 Evaluation—Commercial Items.  

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items.  

Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.

FAR 52.212-4 Contract Terms and Conditions-Commercial Items.  

FAR 52.217-6 Option for Increased Quantity

FAR 52.217-7 Option to Extend Term of Contract

FAR 52.217-8 Option to Extend Services

FAR 52.217-9 Option to Extend Term of Contract

FAR 52.219-1 Small Business Program Representations.

FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003

FAR 52.219-28 Post Award Small Business Program Representation.

FAR 52.222-3 Convict Labor.

FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies.

FAR 52.222-21 Prohibition of Segregated Facilities.

FAR 52.222-22 Previous Contracts and Compliance Reports.

FAR 52.222-26 Equal Opportunity.

FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

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 52.222-50 Combating Trafficking in Persons.

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13 Restrictions on Certain Foreign Purchases.

FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

FAR 52.233-3 Protest After Award.

FAR 52.233-4 Applicable Law for Breach of Contract Claim.

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.

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.

FAR 52.232-39 Unenforceability of Unauthorized Obligations.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

FAR 52.233-1 Disputes.

FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.

FAR 52.243-1 Changes-Fixed Price.

FAR 52.244-6 Subcontracts for Commercial Items.

FAR 52.246-1 Contractor Inspection Requirements.

FAR 52.246-2 Inspection of Supplies—Fixed-Price.

FAR 52.246-16 Responsibility for Supplies.

FAR 52.247-34 F.o.b. Destination.

FAR 52.252-2 Clauses Incorporated by Reference.

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.

DFARS 252.204-7003 Control of Government Personnel Work Product.

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7004 Alternate A, System for Award Management.

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.

DFARS 252.211-7003 Item Unique Identification and Valuation

DFARS 252.211-7008 Use of Government-Assigned Serial Numbers

DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

DFARS 252.223-7008 Prohibition of Hexavalent Chromium.

DFARS 252.225-7001 Buy American and Balance of Payments Program.

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.

DFARS 252.225-7012 Preference for Certain Domestic Commodities.

DFARS 252.225-7048 Export-Controlled Items.

DFARS 252.231-7000 Supplemental Cost Principles.

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006 Wide Area Workflow Payment Instructions.

DFARS 252.232-7010 Levies on Contract Payments.

DFARS 252.243-7001 Pricing of Contract Modifications.

DFARS 252.244-7000 Subcontracts for Commercial Items.

DFARS 252.247-7023 Transportation of Supplies by Sea.

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

Bid Protests Not Available

Similar Past Bids

Mechanicsburg Pennsylvania 15 Apr 2021 at 8 PM
Location Unknown 02 Jul 2024 at 4 AM
Columbus Ohio 30 Sep 2020 at 4 AM
Location Unknown 22 Jul 2022 at 4 AM
Eglin air force base Florida 29 Aug 2016 at 9 PM

Similar Opportunities

Port hueneme cbc base California 29 Jul 2025 at 6 PM
Port hueneme cbc base California 29 Jul 2025 at 6 PM
Port hueneme cbc base California 10 Jul 2025 at 10 PM
Port hueneme cbc base California 10 Jul 2025 at 10 PM
Port hueneme cbc base California 09 Jul 2025 at 10 PM