This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set
Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be
accepted by the Government. Any quote that is submitted by a contractor that is
not a
Small Business will not be considered for award. Competitive quotes are being
requested
under N66001-17-T-7810. This requirement is set-aside for small businesses,
NAICS
Code is 517911 and the size standard is 1,500 Employees.
PLEASE NOTE:
1. Quotes and questions emailed directly to my email inbox will NOT be
considered.
2. If you need assistance with the website you MUST contact the SPAWAR
Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the
closing
date.
Basis of award: The government anticipates awarding a firm-fixed price purchase
order
and it will be based on the lowest priced technically acceptable.
MINIMUM SPECIFICATIONS ATTACHED DO NOT DEVIATE.
QUOTE BRAND NAME - DO NOT SUBSTITUTE
CLIN 0001
Eaton Rectifier Standard
P/N: APR48-ES
QTY: 72 EACH
CLIN 0002
Eaton RM6 Rectifier Chassis Non-Standard
P/N: RM6-321-4301
QTY: 12 EACH
CLIN 0003
Shipping
P/N: Shipping
QTY: 1 LOT
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and Trade Agreements Act (TAA) compliant product, and that the
subject
products are eligible for all manufacturer warranties and other ancillary
services or
options provided by the manufacturer. Offeror further certifies that it is
authorized by the
manufacturer to sell the products that are the subject of this action in the US
(i.e., that
the products are TAA compliant and that the offeror is authorized to sell them
in the US).
Offerors are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, TAA compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are eligible for warranties and all other ancillary services or
options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to
sell the product in the US, or that the product is in some manner not TAA
compliant. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size/ NAICS Code:
d. RFQ Number N66001-17-T-7810
e. Requested Delivery date: 30 days after receipt of order (ARO)
f. Preferred method of shipment: FOB Destination.
Ship to Address:
SPAWARSYSCENPACIFIC
RECEIVING
53560 HULL STREET
SAN DIEGO, CA 92152
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors ? Commercial Items
52.212-2, Evaluation ? Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders ? Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders?Commercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor?Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency In Energy-Consuming Products
52.223-16, Acquisition of EPEAT-Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer?System for Award Management
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under
any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.203-7998 - Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements? Representation. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS? REPRESENTATION (DEVIATION 2015-O0010)
(FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub.
L. 113-
235), Government agencies are not permitted to use funds appropriated (or
otherwise
made available) under that or any other Act for contracts with an entity that
requires
employees or subcontractors of such entity seeking to report fraud, waste, or
abuse to
sign internal confidentiality agreements or statements prohibiting or otherwise
restricting
such employees or contactors from lawfully reporting such waste, fraud, or
abuse to a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it
does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information.
(End of provision)
This RFQ closes December 13, 2016 at 11:00 am, Pacific Standard Time (PST).
Quotes must be
uploaded on the SPAWAR e-commerce website at
https://e-commerce.sscno.nmci.navy.mil under
SSC Pacific/SimplifiedAcquisitions/N66001-17-T-7810.
The point of contact for this solicitation is David St. Cyr at
david.stcyr@navy.mil. Please include RFQ N66001-17-T-7810 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Point of Contact - David St Cyr, Contract Specialist, 619-553-4474; Dorothy J Powell, Contracting Officer, 619-553-4455
Contract Specialist