Rhode Island Bids > Bid Detail

Arnold Magnetics Power Supplies

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159349292652529
Posted Date: Nov 17, 2022
Due Date: Nov 23, 2022
Solicitation No: N66604-23-Q-0059
Source: https://sam.gov/opp/784d6d94b9...
Follow
Arnold Magnetics Power Supplies
Active
Contract Opportunity
Notice ID
N66604-23-Q-0059
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 09:15 am EST
  • Original Date Offers Due: Nov 23, 2022 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 08, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6120 - TRANSFORMERS: DISTRIBUTION AND POWER STATION
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.



This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0059.



This requirement is being solicited as a 100% small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 335999. The applicable size standard is 500 employees.



The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking a Firm Fixed Price (FFP) quote for ten (10) Arnold Magnetics Corp. AC-DC Power Supplies, Part #: PBA-155-HTS.



The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable:



(1) The offeror must provide the brand name items required, in the required quantities;



(2) Offerors shall provide proof that the items are shipped from the US;



(3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.



CLIN 0001: Ten (10) Arnold Magnetics Corp. AC-DC Power Supplies, Part #: PBA-155-HTS.

CLIN 0002: Applicable shipping for FOB Destination



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following FAR provisions apply to this solicitation:



• 52.204-7, System for Award Management



• 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



• 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



• 52.212-1, Instructions to Offerors -- Commercial Items



• 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items



The following FAR clauses apply to this solicitation:



• 52.204-13, System for Award Management Maintenance



• 52.204-19, Incorporation by Reference of Representations and Certifications



• 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



• 52.212-4, Contract Terms and Conditions—Commercial Items



• 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-



Commercial Items



• 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008)



• 52.219-28, Post Award Small Business Program Representation



• 52.222-3, Convict Labor



• 52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)



• 52.222-21, Prohibition of Segregated Facilities



• 52.222-26, Equal Opportunity



• 52.222-36, Equal Opportunity for Workers with Disabilities



• 52.222-50, Combating Trafficking in Persons



• 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



• 52.225-13, Restrictions on Certain Foreign Purchases



• 52.232-33, Payment by Electronic Funds Transfer—System for Award Management



• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors



• 52.252-2, Clauses Incorporated by Reference



• 52.252-6, Authorized Deviations in Clauses



The following DFARS provisions apply to this solicitation:



• 252.203-7005, Representation Relating to Compensation of Former DoD Officials



• 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation



• 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



• 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



The following DFARS clauses apply to this solicitation:



• 252.203-7000, Requirements Relating to Compensation of Former DoD Officials



• 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



• 252.204-7003, Control of Government Personnel Work Product



•252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



• 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



• 252.225-7048, Export-Controlled Items



• 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



• 252.232-7010, Levies on Contract Payments



• 252.244-7000, Subcontracts for Commercial Items



• 252.247-7023, Transportation of Supplies by Sea



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



FOB Destination, Newport, RI 02841



If no surcharge is applicable, the Government’s preferred method of payment is through Government Purchase Card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation and include any applicable credit card charges.



Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/.



Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance or Equipment (Nov 2021) with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020).



Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.



Offers must be e-mailed directly to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Wednesday 23 November 2022. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.



Attachments:



Attachment 1: Brand Name Justification (Redacted)


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 17, 2022 09:15 am ESTCombined 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.

Start Free Trial Today >