Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Six (6) Microsemi Syncserver S650 GPS Clocks

Process Number N0016722Q0022

USA

Dates:


Notice ID:

N0016722Q0022

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NSWC CARDEROCK

Office:

NSWC CARDEROCK

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 02, 2021 11:59 am est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

dec 17, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

6645 - time measuring instruments

NAICS Code:

334519 - other measuring and controlling device manufacturing

Description:


Original Set Aside:

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Six (6) Microsemi Syncserver S650 GPS Clocks. This solicitation will be a brand name, small business set-aside. This announcement constitutes the only solicitation and a written solicitation will not be issued. Quotes are being requested under Request for Quotation (RFQ) no. N0016722Q0022. The NAICS code is 334519 and the business size standard is 500 Employees. 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. SEE ATTACHED SOLICITATION FOR CLAUSES AND PROVISIONS. The Government will award a contract resulting from this solicitation to the responsible quoter 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 quoters 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. Evaluation Factors (in order of importance) Technical – Quotes must reflect the required specifications included in the RFQ. Quote must clearly demonstrate that it meets the minimum specifications as outlined. Price – Quotes must include all applicable costs. See 52.212-2- EVALUATION OF PROPOSALS, incorporated into this solicitation at pages 10-11, for additional information regarding the evaluation process for this award. Questions/clarification regarding this solicitation must be submitted via email to Michael Brodie at michael.s.brodie@navy.mil by Tuesday 23 November 2021 05:00 PM EST. Quote packages are due by Thursday 02, December 2021 12:00 PM EST, late quotes will not be considered. Quote packages shall be submitted via email to Michael Brodie at michael.s.brodie@navy.mil and provide the following information: Official Company Name; Point of contact including name and phone number; and DUNS number. The Point of Contact for this acquisition is Michael Brodie, at michael.s.brodie@navy.mi

Attachments / Links:


Document Size Updated date Download

Contact Information:


CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD

BETHESDA , MD 20817-5700

USA

Primary Point of Contacts:

Michael S. Brodie

Secondary Point of Contact:

Barbaraann K Witz