TOUGHBOOK CASES

expired opportunity(Expired)
From: Federal Government(Federal)
FY20-13780-N63394-20-Q-0128

Basic Details

started - 29 Aug, 2020 (about 3 years ago)

Start Date

29 Aug, 2020 (about 3 years ago)
due - 03 Sep, 2020 (about 3 years ago)

Due Date

03 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
FY20-13780-N63394-20-Q-0128

Identifier

FY20-13780-N63394-20-Q-0128
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (711471)DEPT OF THE NAVY (157290)NAVSEA (28192)NAVSEA WARFARE CENTER (18987)COMMANDING OFFICER (3476)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/SynopsisSolicitation Number:N63394-20-Q-0128Posted Date:8/25/2020Original Response Date:9/1/2020Current Response Date:9/1/2020Product or Service Code:8145Set Aside:100% Small Business Set AsideNAICS Code:332999 Contracting Office Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION4363 MISSILE WAYPORT HUENEME, CA. 93043-4307 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 N63394-20-Q-0128 is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08 The
Associated North American Industrial Classification System (NAICS) code for this procurement is 335999, with a Small Business Size Standard of 750 employees. Product Service Code (PSC) is 8145The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: The system it supports: The case assemblies procurement is to support MK 41 Vertical Launching System (VLS).The function of the item: The case assemblies will be used to store the Component Configuration Tool (CCT) kits to protect the Toughbook and cables.Case P/N: 7105355-2The envisioned item anticipated to be procured from a contractor as a result of a potential future solicitation is identified below.P/N: 7105355-2 – TOUGHBOOK CASES QTY: 170 To include shipping charges This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY:Defense Priorities and Allocations SystemThis is not a rated order under the Defense Priorities and Allocations SystemPlace of Delivery Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION BLDG 4354363 MISSILE WAYPORT 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 9/1/2020.  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 9/1/2020 2:00 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:Vendor Administrative Information:Cage Code:Dun & Bradstreet #:Tax ID #:Country Items are Manufactured:Lead Time or Period of Performance:Shipping Charges (if applicable):Is your Company the OEM or proprietary for these products:Company Size (large or small)Do you have distributors (if applicable)Special Small Business Sub-Category (if applicable):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.Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing (http://waf.eb.mil):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). Statement that the quotes are good for 60 calendar days. The attached memorandum shall be read, signed, and returned along with your quotation 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. 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 athttp://acquisition.gov/far/http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htmlhttp://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management.FAR 52.204-16 Commercial and Government Entity Code Reporting.FAR 52.204-17 Ownership or Control of Offeror.FAR 52.204-20 Predecessor of Offeror.FAR 52.204-22 Alternative Line Item Proposal.FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentKaspersky lab and other covered entities.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.FAR 52.212-1 Instructions to Offerors—Commercial Items.FAR 52.212-2 Evaluation—Commercial Items.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 ReferenceDFARS 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. 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 GratuitiesFAR 52.203-12 Limitation On Payments To Influence Certain Federal TransactionsFAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of    Whistleblower RightsFAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content PaperFAR 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 systemsFAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 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-O0003FAR 52.222-41 Service Contract Labor StandardsFAR 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)(a)  For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level.  Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level.  For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.  Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.  Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR).  Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer.(b)  Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF.  No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein.FAR 52.204-17 Ownership or Control of Offeror.(a) Definitions. As used in this provision—“Commercial and Government Entity (CAGE) code” means--(1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity, or(2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.“Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner.“Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.(b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture.(c) If the Offeror indicates “has” in paragraph (b) of this provision, enter the following information:Immediate owner CAGE code:________________________________________Immediate owner legal name:_________________________________________ (Do not use a “doing business as” name)Is the immediate owner owned or controlled by another entity?:[ ] Yes or [ ] No.(d) If the Offeror indicates “yes” in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:Highest level owner CAGE code:________________________________________Highest level owner legal name:_________________________________________ (Do not use a “doing business as” name)(End of provision)FAR 52.212-3 Offeror Representations and Certifications -- Commercial ItemsThe offeror shall complete only paragraphs (b) of this provision if the Offeror hascompleted 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.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

Port Hueneme CBC Base ,
 CA  93043-4307  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Tablets and Cases

Due: 09 May, 2024 (in 4 days)Agency: Madison County School District

TRANSIT CASE, SMART

Due: 09 May, 2024 (in 3 days)Agency: Department of Defense

RT-5000 TRANSCEIVER UPGRADE.

Due: 14 Aug, 2024 (in 3 months)Agency: U.S. COAST GUARD

Classification

naicsCode 332999All Other Miscellaneous Fabricated Metal Product Manufacturing
pscCode 8145Specialized Shipping and Storage Containers