PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
Request for Quotation (RFQ) number is N66604-23-Q-0015. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is. 334419 - Other Electronic Component Manufacturing. The Small Business Size Standard is 750 Employees. The Product Service Code is 6650 - Optical Instruments, Test Equipment, Components And Accessories
The Supervisor of Shipbuilding in Bath, ME (SUPSHIP Bath) intends to purchase on a Firm Fixed Price basis, a 3D capable Videoscope System, Brand or Equal: Olympus IPLEX NX, as detailed below. Required delivery lead-time for all items must be indicated in the submitted quote.
For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:
CLIN 01: V9000N-BX - IV9000N IPLEX NX BASE UNIT DELUXE, Qty 1
CLIN 02: IV9635N-MDS - IV9635N IPLEX NX 6MM 3.5M SCOPE WITH MEASUREMENT, Qty 1
CLIN 03: AT120D/FFIV96N - AT120D/FF-IV96N IPLEX NX TIP ADAPTER Including O-ring, Qty 1
THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the “or equal” designation.
Delivery is F.O.B Destination, Marinette, WI
Notes:
- Offerors MUST specify best delivery date possible in quote.
- DO NOT include shipping as a separate line item. Build any shipping cost into the unit price.
- The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable, the offeror must quote the required item in the required quantities and meet the Government’s required technical specifications (see attached). The offeror shall provide detailed technical specifications with its quote. The Government will also consider past performance information in accordance with DFARS Provision 252.204-7024 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
- In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
- The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
- This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
- Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at
https://acquisition.gov/far.
The following FAR provisions and clauses apply to this solicitation:
52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 - Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26 - Covered Telecommunications Equipment or Services--Representation
52.204-27 - Prohibition on a ByteDance Covered Application
52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 - Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services
52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services
52.222-50 - Combating Trafficking in Persons
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-39 - Unenforceability of Unauthorized Obligations
52.232-40 - Providing Accelerated Payments to Small Business Subcontractors
52.233-3 - Protest after Award
52.233-4 - Applicable Law for Breach of Contract Claim
In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
252.203-7005 - Representation Relating to Compensation of Former DoD Officials
252.204-7003 - Control of Government Personnel Work Product
252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 - Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
252.204-7024 - Notice on the use of the Supplier Performance Risk System
252.211-7003 - Item Unique Identification and Valuation
252.232-7006 - Wide Area WorkFlow Payment Instructions
252.232-7010 - Levies on Contract Payments
252.244-7000 - Subcontracts for Commercial Products and Commercial Services
Quotes and questions pertaining to this acquisition shall be submitted electronically via email to Christopher Ramsden II at christopher.p.ramsden2.civ@us.navy.mil and must be received on or before Friday August 11, 2023 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award.