Combined Synopsis/Solicitation - MDI Systems Upgrade

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 22 - Railway Equipment
Opps ID: NBD00159728861505923
Posted Date: Apr 19, 2023
Due Date: Apr 26, 2023
Solicitation No: N66001-23-Q-6213
Source: Members Only
Follow
Combined Synopsis/Solicitation - MDI Systems Upgrade
Active
Contract Opportunity
Notice ID
N66001-23-Q-6213
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SPAWAR
Sub Command
SPAWAR PACIFIC
Office
NIWC PACIFIC
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 19, 2023 12:53 pm PDT
  • Original Date Offers Due: Apr 26, 2023 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 22 - RAILWAY EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
Description
This 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 separate written
solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors
– Commercial Items, which applies to this acquisition.

Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-23-Q-6213. The North
American Industry Classification System (NAICS) code applicable to this acquisition is 541330, Engineering
Services. The small business size standard is $25.5M. This procurement is a Total Small Business Set-Aside.
Only quotes submitted by Small Business Concerns will be accepted by the Government. Quotes submitted by
non-Small Business Concerns will not be considered for award.

DESCRIPTION OF REQUIREMENTS

SEE C2.1 ATTACHMENT 1 BOM, C2.1 ATTACHMENT 3 SOW, AND C2.1 ATTACHMENT 3 SOW ADDENDUM.

DELIVERY
The expected delivery date is NLT 12 weeks After Receipt of Order (ARO). Quotes must include lead times.

SHIPPING
The Government is seeking Free on Board (FOB) Destination pricing to the following location:
San Diego, CA 92110 (full address will be provided at award)

OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible vendor,
whose quote conforming to the RFQ, represents the Lowest Price Technically Acceptable (LPTA) quote. Respond
to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The
Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible
for contract award. A complete quote includes a response and submission to each of the following:

1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and
Certifications are up to date in SAM.gov), Business Size and Type of Small Business if applicable based on
applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-
mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial
Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote.

2.Technical Documentation:

a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer
specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate
the evaluation. The quote must address and meet the requirements/specifications as defined under Technical
Factor I below.

b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable
acquisition policies in an effort to minimize the Government's environmental impact and deliver community
benefits through better selection and improved usage of products and services. In accordance FAR 23,
sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or
furnishing of products/services to the Government. Indicate if any the following sustainable acquisition
categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based,
Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs.

c.Authorized Source Confirmation: The following product certification statement below applies to all line
items and each quoter must submit supporting documentation, as needed:

To be considered for award, the contractor is required to submit documentation confirming that they are an
authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express
written authority of the original manufacturer or current design activity, or an authorized aftermarket
manufacturer.

3.Price Quote: Submit complete pricing for each individual item listed in Attachment 2, to include the unit of
issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination
shipping costs are included in the pricing.

4.Commercial Warranty: If applicable, provide the terms and length of the Workmanship and/or Manufacturer
Warranty on the product(s) and/or services included in the proposed purchase price.

EVALUATION FACTORS FOR AWARD
The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible vendor,
whose quote conforming to the RFQ, represents the Lowest Price Technically Acceptable (LPTA) quote. Technical,
price, and past performance factors will be used to evaluate quotes. The vendor must be registered in the
System for Award Management (SAM). Technical Acceptability is defined in Factor I below.

Factor I- Technical: The Government will evaluate the quote to see if the specification requirements are met to
include all information required for a complete quote as defined in paragraph 2 above.
Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable.

Factor III- Past Performance: The Government will evaluate past performance by reviewing sources that may
include, but are not limited to, information from Government personnel and information from sources such as
the Responsibility/Qualification (R/Q) review on SAM and Contractor Performance Assessment Reporting System
(CPARS).

DUE DATE AND SUBMISSION INFORMATION

Eligible Quoters: All vendors must have a completed registration in the System for Award Management (SAM)
website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM
registration means vendors shall have registered CAGE and UEID Codes.

Page Limitations: None.

Formatting Requirements: Submit quotes in electronic PDF and or Excel format.

Questions Due Date and Submission Requirements: All questions must be received before the RFQ due date. No
due date extensions are anticipated for this RFQ. Questions must be uploaded on the NAVWAR e-Commerce
website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-23-Q-6213.
Include RFQ # N66001-23-Q-6213 on all inquiries. Questions may be addressed at the discretion of the
Government.

RFQ Due Date and Submission Requirements: This RFQ closes on Wednesday, 26 April 2023 at 11:00 AM, Pacific
Time. No due date extensions are anticipated for this RFQ. Quotes must be uploaded on the NAVWAR e-
Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-
23-Q-6213. Email quotes and late quotes may not be accepted.

NAVWAR e-Commerce website assistance: For e-Commerce technical issues, contact the NIWC Paperless
Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.

RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 5 WITH YOUR QUOTE.
1.C1.5 ATTACHMENT (01) BOM/ITEM LIST
2.C1.5 ATTACHMENT (02) Statement of Work (SOW)
3.C1.5 ATTACHMENT (03) SOW ADDENDUM
4.C1.5 ATTACHMENT (04) WAGE DETERMINATION
5.C1.5 ATTACHMENT (05) REPS & CERTS 52.204-24, 52.204-26, 252.204-7016, 252.204-7017 & 252.225-
7055
6.C1.5 ATTACHMENT (06) REDACTED JNCP

APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)
2023-02, Effective 16 March 2023 and Defense Federal Acquisition Regulation Supplement (DFARS) Change
Number 03/01/2023. It is the responsibility of the contractor to be familiar with the applicable clauses and
provisions. The clauses can be reviewed in full text at https://www.acquisition.gov/content/regulations.

The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by
reference, apply to this acquisition:

52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services- Representation
52.212-1, Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services-Alternate 1
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
252.223-7999, Ensuring Adequate Covid-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009)
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System

The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by full text,
apply to this acquisition:

52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror
is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted
with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the
provision by
private information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)

(End of provision)

52.252-5, Authorized Deviations in Provisions
(a)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(b)The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)
provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the
regulation.

(End of clause)

The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by reference,
apply to this acquisition:

52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, System for Award Management Maintenance
52.204-18, Commercial and Government Entity Code
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O00019)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service
252.204-7022, Expediting Contract Closeout
252.211-7003, Item Unique Identification and Valuation
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payment Program – Basic
252.225-7012, Preference for Certain Domestic Commodities
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.232-7017, Accelerating Payments to Small Business Subcontractors – Prohibition on Fees and Consideration
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Sources of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic

The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by full text,
apply to this acquisition:

52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given
in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause
may be accessed electronically at this/these address(es):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses).

(End of clause)

52.252-6, Authorized Deviations In Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with
an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR
Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of
the regulation.
(End of Clause)

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-
Commercial Items, applies to this acquisition and includes the following clauses by reference:

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment
52.219-6, Notice of Small Business Set-Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
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
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706
Attachments/Links
Contact Information
Contracting Office Address
  • 53560 HULL STREET
  • SAN DIEGO , CA 92152-5001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2023 12:53 pm PDTCombined 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 >