Connecticut Bids > Bid Detail

61--N6831623RC013GR 23QG015 NSSF Power Cable Assemblies

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159880228777738
Posted Date: Dec 6, 2022
Due Date: Dec 9, 2022
Solicitation No: N0018923QG015_01
Source: https://sam.gov/opp/fcc2f1ab9a...
Follow
61--N6831623RC013GR 23QG015 NSSF Power Cable Assemblies
Active
Contract Opportunity
Notice ID
N0018923QG015_01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
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: Dec 06, 2022 02:35 pm EST
  • Original Date Offers Due: Dec 09, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6145 - WIRE AND CABLE, ELECTRICAL
  • NAICS Code:
    • 335931 - Current-Carrying Wiring Device Manufacturing
  • Place of Performance:
    Groton , CT 06340
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0018923QG015_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-12-09 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Groton, CT 06340

The FLC Norfolk - Groton requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: Power Cable Assembly 480VAC - 22102550
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 1) 3 foot Cordset, Type W 4-0, Black, Cable,
Primary - Crouse Hinds E1016, White, Female, Part No. E1016-8392 Camlock,
Secondary - Leviton E-1022, White, Male, Part No. 22L22-SW Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 1, EA;
LI 002: Power Cable Assembly 480VAC - 22102551
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETALED SPECIFICATIONS
(QTY. 1) 3 foot Cordset, Type W 4-0, Black, Cable,
Primary - Crouse Hinds E1016, Red, Female, Part No.E1016-8389 Camlock,
Secondary - Leviton E-1022, Red, Male, Part No. 22L22-SR Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 1, EA;
LI 003: Power Cable Assembly 480VAC - 22102552
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 4) 3 foot Cordset Type W 4-0 Black Cable,
Primary - Leviton E-1022, Black, Female Part No. 22L25-SE Camlock,
Secondary - Duraline E-1023 Black, Male, Part No. E1023-140 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 4, EA;
LI 004: Power Cable Assembly 480VAC - 22102553
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 4) 3 foot Cordset, Type W 4-0, Black, Cable,
Primary - Leviton E-1022, White, Female, Part No.22L25-SW Camlock.
Secondary - Duraline E-1023, White, Male, Part No. E1023-145 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 4, EA;
LI 005: Power Cable Assembly 480VAC - 22102554
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 6) 3 foot Cordset, Type W 4-0, Black, Cable,
Primary - Leviton E-1022, Red, Female, Part No.22L25-SR Camlock,
Secondary - Duraline E-1023, Red, Male Part No. E1023-142 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 6, EA;
LI 006: Power Cable Assembly 480VAC - 22102555
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable,
Primary - Duraline E-1023, Black, Female Part No.E1023-148 Camlock,
Secondary - Crouse Hinds E1016, Black, Male, Part No.E1016-8362 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.
FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 12, EA;
LI 007: Power Cable Assembly 480VAC - 22102556
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable,
Primary - Duraline E-1023, White, Female, Part No.E1023-153 Camlock,
Secondary - Crouse Hinds E1016, Red, Male, Part No.E1016-8364 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 12, EA;
LI 008: Power Cable Assembly 480VAC - 22102557
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 12) 65 foot Cordset, Type W 4-0, Black, Cable,
Primary - Duraline E-1023, Red, Female, Part No.E1023-150 Camlock,
Secondary - Crouse Hinds E1016, Blue, Male, Part No.E1016-8368 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 12, EA;
LI 009: Power Cable Assembly 480VAC - 22102558
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 3) 65 foot Cordset, Type W 4-0, Black, Cable,
Primary - Crouse Hinds E1016, Black, Female, E1016 Camlock,
Secondary - Crouse Hinds E1016, Black, Male, Part No.E1016-8362 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 3, EA;
LI 010: Power Cable Assembly 480VAC - 22102559
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 3) 65 foot Cordset, Type W 4-0, Black, Cable,11
Primary - Crouse Hinds E1016 Red, Female, E1016 Camlock,
Secondary - Crouse Hinds E1016, Red, Male, Part No.E1016-83604 Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 3, EA;
LI 011: Power Cable Assembly 480VAC - 22102560
FFP
Power Cable Assembly 480VAC
All Weather Rated Power Distribution Cable 4-0, Type W, 2KV, Single Phase, 480VAC Rated Cables Expected AMPS to Equal 133.33.

DETAILED SPECIFICATIONS
(QTY. 1) 30 foot Cordset, Type W 4-0, Black, Cable,
Primary - Duraline E-1023, Red, Female, Part No.E1023-150 Camlock,
Secondary - Leviton E-1022, Red, Male, Part No.22L22-SR Camlock.

To include Shipping and FOB Destination Delivery to Groton, CT 06349.
In Accordance with Incorporated Specifications.

FOB: Destination
MILSTRIP: N6831623RC013GR
PURCHASE REQUEST NUMBER: N6831623RC013GR
ADDITIONAL MARKINGS: GTPOC - TBD
PSC CD: 6145, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm

The NAICS code is 335931 and the Small Business Standard is 100%.

FAR 52.247-34, F.o.b. Destination applies

52.212-2 Evaluation - Commercial Items.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.

52.204-10 Reporting Subcontract Awards.

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

52.222-36 Affirmative Action for Workers w/ Disabilities

52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

252.211-7003 Item Identification & Valuation (AUG 2008)

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

Control of Government Personnel Work Product (April 1992)

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Buy American Act & Balance of Payments (Oct 2011)

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.

The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

System for Award Management         OCT 2018

System for Award Management Maintenance         OCT 2018

Commercial and Government Entity Code Reporting         AUG 2020

Commercial and Government Entity Code Maintenance         AUG 2020

Alternative Line Item Proposal         JAN 2017

Unenforceability of Unauthorized Obligations         JUN 2013

Providing Accelerated Payments to Small Business Subcontractors         NOV 2021

Requirement to Inform Employees of Whistleblower Rights         SEP 2013

Agency Office of the Inspector General         AUG 2019

Safeguarding Covered Defense Information and Cyber Incident Reporting         DEC 2019

Notice of Authorized Disclosure of Information for Litigation Support         MAY 2016

Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations         SEP 2019

Prohibition of Hexavalent Chromium         JUN 2013 252.225-7056

Prohibition Regarding Business Operations with the Maduro Regime         MAY 2022

Sources of Electronic Parts         MAY 2018

CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JAN 2022)

AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)

(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 date of the provision.

(b)         The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)

(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 DFARS (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)
Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 06, 2022 02:35 pm 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 >