The RFP Database
New business relationships start here

Ceramic Disc Target Covers


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

Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the requirement contained within this solicitation, N63394-19-T-0057. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413, with a small business size standard of 1250 employees. Product Service Code (PSC) is 6650. As referenced in the Sources Sought Notice, the Government intends to solicit only one quote as a sole source procurement with Ceradyne, Inc., CAGE 52969, under the authority of FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements.

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) 2019-03 dated 12 June 2019.


DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM
This is not a rated order under the Defense Priorities and Allocations System


INSTRUCTIONS FOR INDUSTRY:
Vendors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.204-8, "Annual Representations and Certifications." Vendor must also be currently registered in the System for Award Management (SAM).


Submission shall be received not later than 5:00PM PDT on 29 July 2019 to Rachel T. Smith at rachel.t.smith@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.214-7, "Late Submissions, Modifications, and Withdrawals of Bids".


All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Email questions to the point(s) of contacted listed below:


Rachel T. Smith rachel.t.smith@navy.mil.
Questions shall be submitted via email no later than 2:00 PM PST on the seventh (7th) calendar day preceding the closing date shown on page one (1) of this solicitation. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation.


Quotations shall contain the following:


(1) Vendor Administrative Information:
a. Cage Code:
b. Dun & Bradstreet #:
c. Tax ID #:
d. Special Small Business Sub-Category (if applicable):
e. Pricing: If the items quoted are available on a commercial, published, or on-line price listing, attach the listing to the RFQ response. If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. If quoting on a GSA Schedule or Blanket Purchase Agreement (BPA), provide Schedule Number and Expiration Date.


(2) Price Breakdown. The quotation shall include: Item Description, Unit Cost, Quantity, and Subtotal. The quotation shall reflect an all-inclusive price (e.g., includes delivery cost).


(3) Statement that the quotation is good for 60 calendar days.



If you cannot meet the requested Delivery Date / Period of Performance (POP), replace with your availability. Contractor quotation format is acceptable, so long as it complies with the requirements of this solicitation.
Failure to provide all required information from this solicitation and any subsequent amendment(s) may deem your company to be considered non-responsive.


COMPLIANCE WITH SPECIFICATIONS
In order to ensure compliance with all the specification requirements, the Contractor shall indicate in its offer, and notify the Government in a cover letter, what specifications, if any; the Contractor does not intend to meet. The Contractor shall explain, in detail, how any proposed deviation/exception will nonetheless meet the Government's functional requirements. Should descriptive literature be supplied by the Contractor, it will be presumed that the Contractor intends to meet all of the specifications, regardless of the descriptive literature, unless the Contractor specifically notes its exceptions.


It shall be the obligation of the Contractor to exercise due diligence to discover and to bring to the attention of the Contracting Officer at the earliest possible time, in writing, any ambiguities, discrepancies, inconsistencies, or conflicts in or between the specifications and the applicable drawings or other documents incorporated by reference herein. Failure to comply with such obligation shall be deemed a waiver and release of any and all claims for extra costs or delays arising out of such ambiguities, discrepancies, inconsistencies and conflicts.


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 vendors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.


By submission of its offer, the Vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Vendors 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.



EVALUATION
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. Total price will be evaluated.


(2) Technical Capability. The Vendor's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation. Technical capability will receive an "acceptable" or "not acceptable" rating.


(3) Past Performance. Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal Supply Class (FSC) or Product or Service Code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.


RACHEL T. SMITH, CONTRACT ADMIN SPECIALIST, Phone 805-228-0442, Fax 805-228-6299, Email RACHEL.T.SMITH@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP