The RFP Database
New business relationships start here

CIRCUIT CARD ASSEMBLY


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

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 N63394-16-T-0105 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 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 334418 with a small business size standard of 750 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:


 

•1.   553 Circuit Card Assembly, Drawing # 7571613, P/N:  BU-65528M1-300, QTY 6 each


 


                               IAW attached Statement of Work



The technical data package (drawings) included in this solicitation contains information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. Information about the JCP is located at http://www.dlis.dla.mil. Access to technical information is only provided through http:www.fbo.gov.


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



Refurbished & fully tested are acceptable no "gray market" items.


Bid must be good for a minimum of 60 calendar days after close of solicitation. 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 the shipping cost to Port Hueneme, CA 93043.


5. Lead time


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


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, applies to this acquisition: all clauses in paragraph (a); and the following clauses in paragraph (b): 52.203-6, 52.203-15, 52.204-10, 52.209-6, 52.209-10, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.232-33.

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 Work Product (Apr 1992).


252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015).


252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015).


252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015).


252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014).


252.225-7048, Export Controlled Items (Jun 2013).


252.232-7010, Levies on Contract Payments (Dec 2006).


252.247-7023, Transportation of Supplies by Sea (Apr 2014).


52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016)


52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).


52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).


52.222-50, Combatting Trafficking in Persons (Mar 2015).


52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011


52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).


52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013).


52.233-3, Protest After Award (Aug 1996).

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004).

Basis for Contract Award: Award will be made to the lowest priced, technically acceptable (LPTA), 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.


 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 quote will be provided any changes/amendments and considered for future discussions and/or award.

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.



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 at NSWC PHD by the closing date of 02 Sept 2016 at 5:00 P.M. PST.




PAM J STILES, Phone 805-228-8754, Fax 805-228-6299, Email pamela.stiles@navy.mil - Michael A. Kahyai, Email michael.kahyai@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP