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.

COMBINED SYNOPSIS/SOLICITATION

Document Type: Combined Solicitation/Synopsis
Solicitation Number: N63394-19-T-0218
NAICS: 334418
FSC/PSC: 5998


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:


The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) intends to issue a Request for Quotation (RFQ) for Circuit Card Assembly , in accordance with drawings, a production lot of 18 each, Interested vendors will need to have an active JCP Certification to view the drawings that will be made available with the solicitation when it is posted.


The government anticipates award of one (1) firm fixed price type contract. The applicable NAICS code for this requirement is 334418, with a size standard of 750 employees or less. Offers shall be FOB Destination pricing to NSWC Port Hueneme, CA 93043. Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned prior to the solicitation closing date and time. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions should be submitted via e-mail to: ruben.velasquez@navy.mil. No paper copies will be mailed. Failure to respond to this RFQ and associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05. Provisions and clauses in effect through the latest Federal Acquisition Regulation will be included in the solicitation. To access the clauses/provisions to be completed, the Federal Acquisition Regulations (FAR) are available for download at http://www.acquisition.gov/far or download the FAR and Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/.. Offerors are also advised that these representations and certifications can be completed electronically via the SAM website at https://www.sam.gov/portal/public/SAM/.


It is anticipated that solicitation N6339419T0218 will be available on or about 20 September 2019. The solicitation closing date is anticipated to be 7 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation.
This combined synopsis/solicitation is 100% set aside for small business concerns


The government anticipates award of one (1) firm fixed priced contract for the following:


Line: 0001
Part Number: 7104060-19 (NAVSEA P/N)
MFR: Navy Drawings
Description: Circuit Card Assembly (CCA)
Quantity: 18


Government Furnished Property


1. Capacitor, Ceramic Chip P/N 6388328-11 Quantity 162
2. Resistors, Thick Film Chip P/N CRCW1206-TBD Quantity 36
3. Resistors, Film Chip P/N 6388327-418 Quantity 54
4. Transmitter Assy, Fiber Optic single mode P/N 7104699-9 Quantity 36
5. Microcircuit, Transmitter P/N 6388508-175 Quantity 36
6. Microcircuit,VME,BUS Interface P/N 6388508-181 Quantity 18
7. Microcircuit, SDRAM P/N 6388508-183 Quantity 18
8. Resistor, Network P/N 6388327-421 Quantity 54
9. Microcircuit Receiver P/N 6388508-192 Quantity 18
10. Receiver Assy, Fiber Optic, Multimode P/N 7104698-9 Quantity 18
11. Oscillator, Clock P/N 7104466-1 Quantity 18



The government requires FOB Destination pricing to NSWC, PHD 93043-4307.


INSTRUCTIONS TO INDUSTRY:


Submission of quotes shall be received not later than 09/26/2019. 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 ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 09/26/2019 05:00 P.M. PACIFIC STANDARD TIME.


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 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? (http://wawf.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 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 and adherence to the Statement of Work. Technical capability will receive an "acceptable" or "not acceptable" rating.


3) 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.


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 52.204-17 Ownership or Control of Offeror.
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
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.
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 52.211-5 Material Requirements
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 52.219-1 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 52.232-1 Payments
FAR 52.232-8 Discounts for Prompt Payment
FAR 52.232-11 Extras
FAR 52.232-25 Prompt Payment
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 52.245-1 Government Property
FAR 52.245-9 Uses and Charges
FAR 52.246-1 Contractor Inspection Requirements.
FAR 52.246-2 Inspection of Supplies-Fixed-Price.
FAR 52.246-16 Responsibility for Supplies.
FAR 52.247-17 Government Delay of Work
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 252.211-7007 GFX Reporting of Government-Furnished Property
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 252.245-7002 Reporting loss of Government Property
DFARS 252.245-7003 Contractor Property Management System Administration
DFARS 252.245-7004 Reporting, Reutilization and Disposal
DFARS 252.247-7023 Transportation of Supplies by Sea.
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)


 


Ruben A. Velasquez, Contract Administration Spec, Phone 8052280428, Email ruben.velasquez@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP