Amendment 0001 is issued to revise the Brand Name Specification (BNS) attached. All other information remains unchanged.
--------------------------------------------
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is the Notice ID as listed on this combined synopsis/solicitation.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Brand Name Specific items, no substitutions:
CLIN 0001 – Quantity 3, ETS-Lindgren Model 3301C Active Rod Antenna, shipping included
Quoted lead time shall place delivery of all items no later than 1 December 2022, early and partial deliveries are acceptable.
Required delivery terms are F.O.B. Destination, Newport, RI
The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable the offeror must quote the required items, no substitutions, in the required quantities. Refurbished or used items are unacceptable. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
The North American Industry Classification System (NAICS) Code for this acquisition is 334515 “Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals”. The Small Business Size Standard is 750 employees.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. Full text of incorporated clauses and provisions may be accessed electronically at https://acquisiition.gov/.
The below Federal Acquisition Regulation (FAR) clauses and provisions apply to this solicitation:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors--Commercial Items
52.212-2 Evaluation – Commercial Items
52.212-3 (ALT 1) 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
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
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 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
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
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes--Fixed Price
52.252-2 Clauses Incorporated By Reference
The below Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7048 Export-Controlled Items
252.232-7010 Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration
252.243-7001 Pricing Of Contract Modifications
252.247-7023 Transportation of Supplies by Sea
In accordance with DFARS 252.211-7003 ‘Item Identification and Valuation’ if the unit prices proposed exceed $5,000; UID tags are required.
Payment will be made via Wide Area Workflow (WAWF).
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement.
Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/
Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number.
Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.