Mini Circuit- William Davis D2-0044
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159995536459042 |
Posted Date: | Mar 22, 2023 |
Due Date: | Mar 28, 2023 |
Solicitation No: | N00174-23-Q-0040 |
Source: | https://sam.gov/opp/3e3a504904... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 22, 2023 02:55 pm EDT
- Original Date Offers Due: Mar 28, 2023 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 12, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
-
NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
-
Place of Performance:
Indian Head , MD 20640USA
This is a brand name and combined synopsis/solicitation for non-commercial items/services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: MINI CIRCUITS. This solicitation will be competed as other than a Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017423Q0040. The NAICS code is 334515 and the business size standard is 500. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will make award based on the availability of funds.
Evaluation Factors (in order of importance)
- Technical – Quotes submitted shall address all requirements/qualified parts included in the RFQ and SOW.
- Price – Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED 250,000.00 (Simplified Acquisition Threshold).
Technical Drawings: N/A
This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.
Questions/clarification regarding this solicitation must be submitted via email to kim.t.hagens.civ@us.navy.mil or angelica.m.steinhauser.civ@us.navy.mil by Friday March 24, 2023 by 1 PM EST.
Quote packages are due by 28 March 2023 by 4:00 PM EST (COB). Late quotes will not be considered. Please fill in clauses in RFQ as they apply to your business. Quote packages shall be sent to kim.t.hagens.civ@us.navy.mil and contain a cover sheet that provides the following information:
1. Official Company Name;
2. Point of contact including name and phone number; and
3. DUNS number and Cage Code.
4. Vendor must have a Wide Area Workflow account (WAWF) and have an active SAM account prior to submitting a quote.
The Points of Contact for this acquisition is
- Kim.t.hagens.civ@us.navy.mil and Angelica.m.steinhauser.civ@us.navy.mil
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
- Kim Hagens
- kim.t.hagens.civ@us.navy.mil
- Mar 22, 2023 02:55 pm EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.