CABLE SPECIAL PURPOSE

expired opportunity(Expired)
From: Federal Government(Federal)
N6339418T0080

Basic Details

started - 23 May, 2018 (about 6 years ago)

Start Date

23 May, 2018 (about 6 years ago)
due - 01 Jun, 2018 (about 5 years ago)

Due Date

01 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6339418T0080

Identifier

N6339418T0080
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE NAVY (156968)NAVSEA (28123)NAVSEA WARFARE CENTER (18950)COMMANDING OFFICER (3469)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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 ITEMSGeneral Information Document Type: Combined Solicitation/SynopsisSolicitation Number:N63394-18-T-0080Posted Date:05/23/2018Original Response Date:06/01/2018Current Response Date: Product or Service Code:6145Set Aside:Small BusinessNAICS Code:335921Contracting Office AddressNAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION4363 MISSILE WAYPORT HUENEME, CA. 93043-4307 DescriptionThis 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; quotes are being requested, and a written solicitation will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. The associated North American
Industrial Classification System (NAICS) code for this procurement is 335921, with a small business size standard of 1000 employees. The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to purchase: Cable, Special Purpose  Cable, Special Purpose, P/N: LSC50SW-4    QTY: 15,000 Ft = 180,000 inchesWith s minimum of 5,000 ft continuous length. The contractor shall manufactured the special purpose cable with the requirements of conductor metal, insulation wall thickness, wire identification code colors, jacket thickness, and the ability to pass electrical inspection. This part has a braided shielding designed for surface transfer impedance and has watertight integrity. The specification is listed in MIL-DTL-24643/59 should be met and with military part number LSC5OSW-4 shall take precedence over any other resources that are in conflict with it.  If there is any conflicting or omitted information please contact the Government Contracting Officer. The contractor shall provide all services and material to deliver new (not used or refurbished) special purpose cables(s).  Upon contract award, the contractor shall proceed to manufacture the special purpose cable with the total length of 15,000 FT with a minimum of 5,000 FT in continuous length with military specifications listed in MIL-DTL-24643/59. The contractor shall deliver the special purpose cables to the government. Electrical Cable Low smoke. These cables are water-blocked with swellable yarn and tape to prevent water migration from one compromised compartment to another. The dual-shielding system protects signals from electromagnetic interference (EMI) and radio frequency interference (RFI).  An extremely tough cross linked jacket provides superb mechanical and environmentalprotection  •2.    Shipping *******************************************************************************Delivery shall be provided no later than 24  weeks after receipt of order/award of contract". Specify delivery terms-FOB origin or destination-and any special delivery requirements].  NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION BLDG 4354363 MISSILE WAYPORT HUENEME, CA. 93043-4307   The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.  The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses sited in 52.212-5 apply to this acquisition:  •·       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 52.222-35 Equal Opportunity for Veterans.•·       FAR 52.222-36 Equal Opportunity for Workers with Disabilities.•·       FAR 52.222-37 Employment Reports on Veterans.•·       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 of Contract Claim. Award shall be made to the lowest price technically acceptable offerors quotation or proposal.  The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.   The following solicitation provisions apply to this acquisition:•·       FAR 52.204-7 System for Award Management.•·       FAR 52.204-16 Commercial and Government Entity Code Reporting.•·       FAR 52.209-5 Certification Regarding Responsibility Matters.•·       FAR 52.209-7 Information Regarding Responsibility Matters.•·       FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters.•·       FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a             Felony Conviction under any Federal Law.•·       DFARS 252.204-7004 Alternate A, System for Award Management.•·       DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information          Controls. The following contract clauses apply to this acquisition:•·       FAR 52.202-1 Definitions.•·       FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.•·       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 52.217-6 Option for Increased Quantity.•·       FAR 52.217-9 Option to Extend the Term of the Contract.•·       FAR 52.219-14 Limitations on Subcontracting.•·       FAR 52.232-8 Discounts for Prompt Payment.•·       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 52.246-2 Inspections 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 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 252.204-7009 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 252.225-7048 Restriction on Acquisition of Specialty Metals.•·       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 252.246-7000 Material Inspection and Receiving Report.•·       DFARS 252.247-7023 Transportation by Supplies by Sea.•·       HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) DPAS Rating: DO-C9. Additionally, please provide the following information: CAGE Code: Tax ID# (if applicable): GSA Contract Number (if applicable): 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)?: Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil): Submission of quotes shall be received not later than 06/01/2018. 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 (Ruben Velasquez) at ruben.velasquez@navy.mil.  No questions will be accepted after 05/30/2018.It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 06/01/2018 12:00 PM 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.

4363 Missile Way Port Hueneme, California 93043 United StatesLocation

Place Of Performance : 4363 Missile Way

Country : United States

You may also like

CABLE ASSEMBLY, SPECIAL PURPOSE

Due: 10 May, 2024 (in 11 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

CABLE, SPECIAL PURPO

Due: 29 Apr, 2024 (Today)Agency: Department of Defense

CABLE, SPECIAL PURPO

Due: 02 May, 2024 (in 3 days)Agency: Department of Defense

Please Sign In to see more like these.

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

Classification

335 -- Electrical Equipment, Appliance, and Component Manufacturing/335921 -- Fiber Optic Cable Manufacturing
naicsCode 335921Fiber Optic Cable Manufacturing
pscCode 61ELECTRIC WIRE, POWER DISTRIB EQPT