The RFP Database
New business relationships start here

Magnetometers


Rhode Island, 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 and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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.


Request for Quotation (RFQ) number is N66604-19-Q-1403. This requirement is being solicited as Unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP) and the Small Business Administration Procurement Center Representative (SBAPCR). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 employees.


 


NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) basis, magnetometers that meet the Government's minimum requirements, which are included as Attachment #1 as a Distribution D document, in accordance with the CLIN structure below.


 


Attachment #1, Government Minimum Specifications, will be made available via the Federal Business Opportunities (www.FBO.gov) site, as a secure posting.  Potential sources must be registered according to DOD Joint Certification Program (JCP) in order to access the specifications.


 


If the Offeror requires the specifications, a request must be submitted to Christina Sherron (see contact information below) via e-mail from the POC listed in JCP, the Authorized Company Contact, as listed on the Joint Certification Program (JCP) website: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx


 


For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. The Government intends on utilizing step-ladder pricing as indicated below. The first base period CLIN also satisfies the requirement for the minimum guarantee on the IDIQ contract that will subsequently be issued. The minimum guarantee for this order will be 30 magnetometers.


 


Base Period- CLIN 0001:


 






Description




Quantity




Unit Price




Extended Price




Lead Time






Magnetometer in accordance with minimum specifications




30




 




 




 






 


 


Ordering Period #1-CLIN 0002 (Contract Award - 12 months after contract award (MACA))


 






Description




FROM Quantity




TO Quantity




Unit Price




Extended Price




Lead Time






Magnetometer




1




4




 




 




 






 




5




19




 




 




 






 




20




49




 




 




 






 




50




99




 




 




 






 




100




250




 




 




 






 


Ordering Period #2-CLIN 0003 (13 MACA - 24 MACA)


 






Description




FROM Quantity




TO Quantity




Unit Price




Extended Price




Lead Time






Magnetometer




1




4




 




 




 






 




5




19




 




 




 






 




20




49




 




 




 






 




50




99




 




 




 






 




100




250




 




 




 






Ordering Period #3-CLIN 0004 (25 MACA - 36 MACA)


 






Description




FROM Quantity




TO Quantity




Unit Price




Extended Price




Lead Time






Magnetometer




1




4




 




 




 






 




5




19




 




 




 






 




20




49




 




 




 






 




50




99




 




 




 






 




100




250




 




 




 






 


 


Ordering Period #4 (37 MACA - 48 MACA)


 






Description




FROM Quantity




TO Quantity




Unit Price




Extended Price



Lead Time






Magnetometer




1




4




 




 



 






 




5




19




 




 



 






 




20




49




 




 



 






 




50




99




 




 



 






 




100




250




 




 



 






 


Ordering Period #5 (49 MACA - 60 MACA)


 






Description




FROM Quantity




TO Quantity




Unit Price




Extended Price




Lead Time






Magnetometer




1




4




 




 




 






 




5




19




 




 




 






 




20




49




 




 




 






 




50




99




 




 




 






 




100




250




 




 




 






 


 


Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. Offerors will be required to correlate the product information to the minimum specifications in Attachment #1.


 


This will be evaluated on a Lowest Price, Technically Acceptable basis.





Total Evaluated Price (TEP)


-The Government will evaluate proposed prices by performing a price analysis in accordance with FAR 15.404-1(b) procedures. 


 


-The following is an example of how price will be evaluated:   





CLINs with multiple quantity ranges:

 

•§  For those CLINs with multiple quantity ranges, the Government will multiply the unit price by the maximum quantity for each range to derive the extended price for each range.


 

•§  Next, the Government will add the extended prices for all ranges of the production year CLIN and divide by the sum of the maximum quantity of all ranges of that CLIN to find the average unit price. 


 

•§  The Government will multiply the average unit price by the maximum number of units of the highest range of the production year to arrive at a total evaluated price for the production year. 


 


The following is an example:


 


PRODUCTION, First Year


 


STEPLADDER PRICING


 






Production YR




Description




FROM QUANTITY




TO QUANTITY




UNIT PRICE




EXTENDED PRICE






YR 1




Widgets




8




10




$20,000




$200,000






 




 




11




20




$15,000




$300,000






 




 




21




30




$12,000




$360,000






 




 




31




40




$10,000




$400,000






 




 




 




100




 




$1,260,000






 


The total line item amount for Production YR 1 CLIN is $1,260,000


 


Average unit price = $1,260,000/100 = $12,600


 


*Total evaluated price for first production year = $12,600 x 40 = $504,000


 


The Government will repeat the above for all production years for all widgets.


 


TOTAL EVALUATED PRICE:


 

•§  The Government will add up the multiple quantity range CLIN amounts for each year to arrive at the Total Evaluated Price (TEP) for the contract.


 


In evaluating offers, the Contracting Officer will review the prices of the Offeror's proposal to determine that they are fair and reasonable.  See FAR 15.404.


 


The Government has determined that this requirement includes an exception to Electronic and Information Technology (EIT), citing FAR 39.204(b), therefore, Section 508 requirements do not apply.


 


F.O.B. Destination Naval Station Newport: Newport, RI. 


 


Offerors shall complete the Stepladder Pricing, lead times, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award.


 


Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.


 


The government's preferred payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).


 


In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more.


The Government intends to award a single Firm Fixed Price (FFP) IDIQ (Indefinite Delivery, Indefinite Quantity) Purchase Order to the eligible, responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements in the minimum specifications attached, in the required quantities specified above; (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable; (3) the Government will consider the Total Evaluated Price, applying the calculation included herein.


The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.


Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.


Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Monday, 13 May 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.


Christina Sherron, Contract Specialist, Phone 4018326462, Email christina.sherron@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP