Federal Bid

Last Updated on 14 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Port hueneme California

Uninterrupted POW

Solicitation ID N63394-15-T-0125
Posted Date 01 Sep 2015 at 11 PM
Archive Date 14 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Port hueneme California United states

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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.

The solicitation number is N63394-15-T-0125 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.  The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83.  The associated North American Industrial Classification System (NAICS) code for this procurement is 33599 with a small business size standard of 500 employees.  This requirement is a small business set-aside and only qualified offerors may submit quotes. 

Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement:

 

CLIN  0001         Uninterrupted POW            2 Each   

 

CLIN 0002          UPS Battery Pack                  2 Each

CLIN 0003          Shipping                                  1 LT

See attachment

Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711.

New equipment only, no remanufactured or "gray market" items. 

Bid must be good for a minimum of 30 calendar days after close of buy.  Terms are Net 30.

 

In addition to price, responses shall include the following:

1. Company Cage Code

 

2. Tax ID#

 

3. Country Items are manufactured in

 

4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711.

 

5. Lead time or Period of Performance

 

6. Is your company OEM or PROPRIETARY for these products?

 

7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established.

 

8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil.

 

9.   If preparing an Equal item, Offeror must provide Specification Sheet to allow Government to determine  if parts are an Equal.   This statement will aid Contracting Officer in determining if parts are technically  acceptable.

 

To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM).  The link to the website is https://www.sam.gov.

The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:

•·         FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition

•·         FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications

•·         FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition

•·         FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33

All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.

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) identified below. It is the responsibility of the offeror to submit offers to the POC, ([email protected] or [email protected]) at NSWC PHD by the closing date of  8 Sep 15.

Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror.   This is a competitive LPTA selection in which technical acceptability is considered the most important factor.  By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.  All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices.  Failure to meet a requirement may result in an offer being determined technically unacceptable.  Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale.  The Government intends to select ONE contractor for award of this effort.

 

Bid Protests Not Available