NRL COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS TEMPLATE ($10K & Above)
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 Products and Commercial Services," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 Effective: 23 February 2024
The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a business size standard of SMALL
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5963
The Naval Research Laboratory (NRL), located in Washington DC. is seeking to purchase Power Distribution Modules
X See Attached Schedule of Supplies/Services
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
FAR 52.212-1 has been tailored to include the following additional instructions:
U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 - Shipping/Receiving Code 3400
Washington, DC 20375
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time:
For FOB ORGIN, please provide the following information: FOB Shipping Point: Estimated Shipping Charge: Dimensions of Package(s): Shipping Weight:
The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract
The full text of FAR & DFARS provisions and clauses may be accessed electronically at https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.
NRL also includes the following provisions that must be completed and returned by the offeror:
Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph G) of the provision is applicable, a written submission is required.
The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:
The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:
The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:
The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:
•252.203-7000,Requirements Relating to Compensation of Former DoD Officials
•252.203-7002,Requirement to Inform Employees of Whistleblower Rights
•252.204-7003,Control of Government Personnel Work Product
•252.204-7009,Limitations on the Use or Disclosure of Third-Party Contractor
•252.204-7012,Safeguarding Covered Defense Information and Cyber Incident Reporting
•252.204-7015,Notice of Authorized Disclosure of Information for Litigation Support
•252.204-7018,Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services
•252.211-7003,Item Unique Identification and Valuation
•252.211-7008,Use of Government-Assigned Serial Numbers
•252.223-7008,Prohibition of Hexavalent Chromium
•252.225-7013,Duty-Free Entry
•252.227-7015,Technical Data - Commercial Products and Commercial Services
•252.227-7037,Validation of Restrictive Markings on Technical Data
•252.232-7003,Electronic Submission of Payment Requests and Receiving Reports
•252.232-7006,Wide Area WorkFlow Payment Instructions
•252.232-7010,Levies on Contract Payments
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company's Unique Entity ID and Cage Code/N Cage Code on your quote. All quotations shall be sent via e-mail.
Please reference this combined synopsis/solicitation number: N00173-24-Q-1301153289 on your correspondence and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.
The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically
unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.
Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-l(f). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email.