The RFP Database
New business relationships start here

CIRCUIT CARD ASSEBLEY (CCA)


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

 






Document Type:




Combined Solicitation/Synopsis






Solicitation Number:




N63394-19-T-0178






Posted Date:




8/28/2019






Original Response Date:




9/11/2019






Current Response Date:




9/11/2019






Product or Service Code:




6110






Set Aside:




100% Small Business Set Aside






NAICS Code:




334418


 





Contracting Office Address:


NAVAL SURFACE WARFARE CENTER


PORT HUENEME DIVISION


4363 MISSILE WAY


PORT HUENEME, CA. 93043-4307


 


**THIS REPLACES ORIGINAL COMBINED SYNOPSIS/SOLICITATION N63394-19-T-0054**

 

 

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; quotations are being requested, and a written solicitation will not be issued.


This solicitation N63394-19-T-0178 is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334418, with a Small Business Size Standard of 750 employees. 


Product Service Code (PSC) is 5998.


 

The Naval Surface Warfare Center, Port Hueneme Division is seeking the following:

 


The Program Memory and SM 1553/ESSM Interface CCAs (Circuit Card Assembly) are used in the Launch Sequencer (LSEQ). Program Memory CCA (Circuit Card Assembly) provides nonvolatile memory storage for all application software used by LSEQ controller cards.  The CCA (Circuit Card Assembly) contains necessary firmware routines to provide interfaces with the Launch Control Unit and to allow communications over the system bus.


SM 1553/ESSM Interface CCA (Circuit Card Assembly) processes all digital messages from the LSEQ controller cards.  The CCA (Circuit Card Assembly) perform BITE on the circuitry of the card to verify proper operation. The CCA (Circuit Card Assembly) send missile status signals back to the LSEQ controller cards via the system bus. The CCA (Circuit Card Assembly) processes commands for initialization and missile status requests.


 


Base Year


CLIN 0001 Program Memory CCA (Circuit Card Assembly)                          Qty.: 200


CLIN 0002 SM 1553/ESSM Interface CCA (Circuit Card Assembly)               Qty.: 200


EXPECTED DELIVERY 29 WEEKS AFTER SIGNED CONTRACT AWARD.


 


Option QTY Year 1:


CLIN 0003 Program Memory CCA (Circuit Card Assembly)                            Qty.: 200


CLIN 0004 SM 1553/ESSM Interface CCA (Circuit Card Assembly)                Qty.: 200


EXPECTED DELIVERY 29 WEEKS AFTER EXERCISING THE OPTION


 


Option QTY Year 2:


CLIN 0005 Program Memory CCA (Circuit Card Assembly)                             Qty.: 100


CLIN 0006 SM 1553/ESSM Interface CCA (Circuit Card Assembly)                 Qty.: 100


EXPECTED DELIVERY 29 WEEKS AFTER EXERCISING THE OPTION


 


 


*** DRAWINGS ARE ATTACHED ***


 


 

This is not a rated order under the Defense Priorities and Allocations System

 

 

INSTRUCTIONS TO INDUSTRY:

 


Defense Priorities and Allocations System

 


This is not a rated order under the Defense Priorities and Allocations System


 


Place of Delivery Address:


NAVAL SURFACE WARFARE CENTER


PORT HUENEME DIVISION BLDG 435


4363 MISSILE WAY


PORT HUENEME, CA. 93043-4307


 


Vendors must complete annual representations and certifications on-line at http://www.sam.gov/portal 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.  Vendor must also be currently registered in the System for Award Management (SAM).


Submission of quotes will be received no later than 9/11/2019.  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) Mary L. Jones, at mary.jones@navy.mil . It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 9/11/2019 12:00 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 offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.

 

Additionally, please provide the following information:


 

Quotations shall contain the following:


 

•(1)   Vendor Administrative Information:

•a.       Cage Code:

•b.      Dun & Bradstreet #:

•c.       Tax ID #:

•d.      Country Items are Manufactured:

•e.       Lead Time or Period of Performance:

•f.        Shipping Charges (if applicable):

•g.      Is your Company the OEM or proprietary for these products:

•h.      Company Size (large or small)

•i.        Do you have distributors (if applicable)

•j.        Special Small Business Sub-Category (if applicable):

•k.      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.

•l.        Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing (http://waf.eb.mil):

 

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


 

•(3)   Statement that the quotes are good for 60 calendar days.

 


 

 

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.  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. 


 

•(4)   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.

 

 

The full text of FAR provisions or clauses may be accessed electronically at

http://acquisition.gov/far/

http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

http://farsite.hill.af.mil/

 


 


 


 


APPLICABLE SOLICITATION PROVISIONS


 


FAR 52.204-7 System for Award Management. (ALL)


FAR 52.204-16 Commercial and Government Entity Code Reporting. (ALL)


FAR 52.204-17 Ownership or Control of Offeror. (ALL)


FAR 52.204-20 Predecessor of Offeror. (ALL)


FAR 52.204-22 Alternative Line Item Proposal. (ALL)


FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.


FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.


Kaspersky lab and other covered entities. (ALL)


FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.


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


FAR 52.212-1 Instructions to Offerors-Commercial Items. (ALL)


FAR 52.212-2 Evaluation-Commercial Items. (ALL)


FAR 52.219-1 Small Business Program Representations.


FAR 52.222-22 Previous Contracts and Compliance Reports.


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 52.252-1 Solicitation Provisions Incorporated by Reference.


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 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.


 


FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. (ALL)


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.


 

APPLICABLE CONTRACT 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 52.204-13 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 52.204-21 Basic Safeguarding of covered contractor information systems.

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.

FAR 52.211-15 Defense Priority and Allocation Requirements.

FAR 52.212-4 Contract Terms and Conditions-Commercial Items.


FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003


FAR 52.222-41 Service Contract Labor Standards


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 52.232-39 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 52.246-1 Contractor Inspection Requirements.

FAR 52.246-2 Inspection 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 213.106-2 Past Performance (Pass/Fail)

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 252.204-7008 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 252.223-7008 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 252.247-7023 Transportation of Supplies by Sea.

 

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

 

The following subparagraphs of FAR 52.212-5 are applicable:

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


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 52.222-36 Equal Opportunity for Workers with Disabilities.

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


Mary L. Jones, Contract Admin Specialist, Phone 805-228-6128, Fax 805-228-6299, Email mary.jones@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP