The RFP Database
New business relationships start here

Cisco System Network


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

 
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS


General Information


 






Document Type:




Combined Solicitation/Synopsis






Solicitation Number:




N63394-19-T-0007






Posted Date:




10/29/18






Response Date:




10/31/18






Product or Service Code:




5810






Set Aside:




100% Small Business Set Aside






NAICS Code:




541519






 




 





 

Contracting Office Address


NAVAL SURFACE WARFARE CENTER


PORT HUENEME DIVISION


4363 MISSILE WAY


PORT HUENEME, CA. 93043-4307


 


Place of Delivery


 


NAVAL SURFACE WARFARE CENTER


PORT HUENEME DIVISION BLDG 435


4363 MISSILE WAY


PORT HUENEME, CA. 93043-4307


 


 

Description

 


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.


 


This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97.


 


The associated North American Industrial Classification System (NAICS) code for this procurement is 541519.


 


The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to have MK 165 Canister Seals refurbished.


 


All interested companies shall provide a quotation for the following Supplies:


 


Please see requirements list attachment.


 


 


The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/.


 


APPLICABLE SOLICITATION PROVISIONS


 

•·         FAR 52.212-1, Instructions to Offerors-Commercial.

•·         FAR 52.212-2, Evaluation-Commercial Items.
Evaluation-Commercial Items (Oct 2014)

(a) 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:

 

Technical Capability 
Past Performance

Price 

Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors.

 

Technical and past performance are of equal importance. Technical and past performance are both more important than price.

 

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

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

•·         FAR 52.204-7 System for Award Management.

•·         FAR 52.204-16 Commercial and Government Entity Code Reporting.

•·         FAR 52.209-5 Certification Regarding Responsibility Matters.

•·         FAR 52.209-7 Information Regarding Responsibility Matters.

•·         FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters.

•·         FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

•·         DFARS 252.204-7004 Alternate A, System for Award Management.

•·         DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.


 


Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.


 


 


APPLICABLE CONTRACT CLAUSES


 

•·         FAR 52.202-1 Definitions.

•·         FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

•·         FAR 52.204-13 System for Award Management Maintenance.

•·         FAR 52.204-18 Commercial and Government Entity Code Maintenance.

•·         FAR 52.204-19 Incorporation by Reference of Representations and Certification.

•·         FAR 52.217-6 Option for Increased Quantity.

•·         FAR 52.217-9 Option to Extend the Term of the Contract.

•·         FAR 52.219-14 Limitations on Subcontracting.

•·         FAR 52.232-8 Discounts for 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 52.246-2 Inspections of Supplies Fixed-Price.

•·         FAR 52.246-16 Responsibility for Supplies.

•·         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 252.204-7009 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 252.223-7008 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 252.225-7048 Restriction on Acquisition of Specialty Metals.

•·         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 252.246-7000 Material Inspection and Receiving Report.

•·         DFARS 252.247-7023 Transportation by Supplies by Sea.

•·         HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)


 


The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses sited in 52.212-5 apply to this acquisition:


 

•·         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 52.219-28 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 52.222-26 Equal Opportunity.

•·         FAR 52.222-35 Equal Opportunity for Veterans.

•·         FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

•·         FAR 52.222-37 Employment Reports on Veterans.

•·         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.


 


DPAS Rating: DO-C9.


 


INSTRUCTIONS FOR OFFERORS


 


This is a combined synopsis/solicitation for services as defined herein.  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.


 


Submission shall be received not later than 11:00 AM PDT on 31 October 2018 to point of contact listed below. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1.


 


Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point of contact listed below:


 


Jacob Mahan


Contract Specialist


Jaocb.mahan@navy.mil


 


Quotations shall obtain the following:


 

•A.      Capability Statement

•B.      Past Performance Narrative


 

•A.      Capability Statement


 


Offerors shall provide a capability statement discussing their ability to provide the required Cisco Network. Capability statements shall not exceed two pages.


 

•B.      Past Performance Narrative


 


Offerors shall provide a past performance narrative including:


 

•1.       Evidence of having manufactured parts using either a transfer mold or a compression mold for bonding Nitrile Rubber compound (ASTM D200-92 M6BG910 B14 EO14 EO34 or MIL-P-83461) to surface of material 316 or 316L Stainless Steel.

•2.       Evidence of having an effective procedure for preparing 316 Stainless Steel for bonding process.

•3.       Evidence of having performed adhesion test IAW ASTM-D429, method B on a sample part where Nitrile rubber compound (ASTM D200-92 M6BG910 B14 EO14 EO34 or MIL-P-83461)was bonded to surface material 316 or 316L Stainless Steel.

•4.       Evidence of having performed compression test on part made of rubber.      


 


An offerors past performance narrative shall not exceed two pages covering all submitted prior projects/contracts.


 


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.


 


 


 


Jacob M. Mahan, Contracting Specialist, Email jacob.mahan@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP