Maine Bids > Bid Detail

Disconnect Switches

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159510066908042
Posted Date: Jan 11, 2024
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/96fa68e103...
Follow
Disconnect Switches
Active
Contract Opportunity
Notice ID
N3904024Q0050
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 11, 2024 12:19 pm EST
  • Original Published Date: Dec 16, 2023 02:56 pm EST
  • Updated Date Offers Due: Jan 11, 2024 10:00 am EST
  • Original Date Offers Due: Dec 28, 2023 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 26, 2024
  • Original Inactive Date: Jan 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5930 - SWITCHES
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description View Changes

***** This announcement has been amended to include the LSJ and to extend until 1/12/2024 at 10AM EST





This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. The Request for Quotation (RFQ) number is N3904024Q0050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Change 11/17/2023. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:





https://www.acquisition.gov/browse/index/far



https://www.acquisition.gov/dfars



http://www.acq.osd.mil/dpap/dars/change_notices.html.






  • The NAICS code is 334419 and the Small Business Standard is 750 (# of employees). This is a 100% Small Business Set-Aside solicitation.





The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:





0001 Disconnect Switches



Littelfuse Inc P/N LS7RO5002PS00L: 1500V DC 500A Dc Disconnect Switch in accordance with the attached Request for Quote and Attachment 1.





This is a Brand Name Mandatory procurement. Proposed alternatives to the requested unit will be rejected.





See attached Request for Quotation (RFQ) and Attachment 1 for details.





• FOB Point: Portsmouth Naval Shipyard, Kittery, ME.



• Award may be made on fastest delivery.







INSTRUCTIONS FOR SUBMISSION



Offers shall be emailed to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in this combined synopsis/solicitation.





System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.





Delivery Schedule:



Please provide your fastest delivery time.





Technical Submission:



Vendors should include in their submission technical literature for the exact unit being requested and quoted.





Price:



Please provide your lowest pricing terms.





Past Performance:



The Contracting Officer will utilize any available information, public or otherwise, to evaluate Vendor Responsibility. The vendor should include in their proposal submission at least three (3) previous projects or contracts for the Vendor and any subcontractors that have been performed within the last five (5) years and are relevant to the effort required by this solicitation. The Government will only evaluate projects or contracts that have been performed.







EVALUATION



The Government will award a purchase order resulting from this solicitation to the responsible vendor whose proposal offers the best value to the government. Proposals will be evaluated based on the following Tradeoff criteria:





1. Technical Acceptability (Must document meeting technical requirements)



2. Delivery Schedule



3. Price



4. Past Performance





Technical Evaluation:



All technical information received in each quote package will be reviewed by the Government to determine whether the proposed product meets the requirements of this Combined Synopsis/Solicitation.



Acceptable



- Submission meets the exact technical requirements of the solicitation



Unacceptable



- Submission does not meet the exact requirements of the solicitation, and/or no technical information was provided with the vendor’s quote





If the technical submittal is determined “Unacceptable”, it renders the entire proposal technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.





Delivery Schedule:



The government intends to award to the vendor that provides the fastest delivery date after technical acceptability. Two quotes with the same delivery schedule will then be evaluated on Lowest Price





Price:



Pricing data will be evaluated as Lowest Price Technically Acceptable after Delivery Schedule. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.





Past Performance:



The Government will consider vendor responsibility information obtained from sources including Federal, State and local Government agencies, better business bureaus, published media and electronic databases including, but not limited to, Contractor Performance Assessment Reporting System (CPARS), the Product Data Reporting and Evaluation Program (PDREP), and the Supplier Performance Risk System (SPRS) in order to determine whether a vendor’s past performance information indicates potential risk to delivery under this contract. Vendors with no past performance information in the systems will be rated as “Acceptable”. A vendor that receives an “Unacceptable” rating will no longer be considered for further competition or award.



Acceptable



- Based on the Offeror’s recent/relevant performance record, the Government has reasonable confidence that the Offeror will successfully perform the required effort.



Unacceptable



- Based on the Offeror’s recent/relevant performance record, the Government has an unacceptable lack of confidence as to whether the Offeror may be able to successfully perform the required effort.




  • Recent is any contract or project that has been performed within five (5) years, measured from the date this solicitation was issued. Information that fails to meet this condition will not be evaluated

  • Relevant is defined as any contractor or project that is similar in scope and complexity to this effort

  • Scope: Measures the similarity between the Past Performance information and requirements or tasks to be performed in the solicited effort.

  • Complexity: Measures the similarity of technical and managerial intricacy and required coordination and disciplines between the Past Performance information and the solicited effort.





This announcement will close at 10:00 AM ET local time on 28th of December, 2023. Contact Tom Fuller who can be reached by email thomas.g.fuller17.civ@us.navy.mil





******* END OF COMBINED SYNOPSIS/SOLICITATION ********




Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >