Search Contract Opportunities

Integrated Keyboard/Trackball   3

ID: N6339424Q0040_24-SIMACQ-D30-0005 • Type: Sources Sought

Description

SOURCES SOUGHT FOR COMMERCIAL ITEMS

General Information:

Document Type: Sources Sought

Solicitation Number: N6339424Q0040_ 24-SIMACQ-D30-0005

Posted Date: 05/02/2024

Original Response Date: 05/122/2024

Product or Service Code: 5342

Set Aside: Total Small Business

NAICS Code: 334118

Description:

MARKET SURVEY Request for Information (RFI): The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the items listed below.

The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334118

The envisioned item anticipated to be procured from a contractor as a result of a potential future solicitation is identified below.

Method of issue: Total Small Business

The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking the following requirement;

DESCRIPTION OF PRODUCT or SERVICES

  1. Part Number: 536-0191

Description: Integrated Keyboard/Trackball ()

Quantity: 44

Part Number is Commercial

2. Part Number: 536-0191

Description: Integrated Keyboard/Trackball ()

Quantity: 31

Part Number is Commercial

3. Shipping to : Port Hueneme, 93043

INSTRUCTIONS TO INDUSTRY:

Requested Information: The Navy requests the following information from parties interested in responding to this Sources Sought Notice:

  1. Company Name, Address, CAGE Code, DUNS.
  2. Response Point of Contact name, telephone number, email address, and website URL.
  3. Tailored Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to provide the items described above.
  4. Business Size, Special Size Sub-Category, and Type of Ownership for the Company.
  5. Rough Order of Magnitude (ROM) cost estimate to provide the items in the quantity described above
  6. Feedback and questions regarding the feasibility or challenges for providing the items described above
  7. Information regarding the commerciality of the items described above

Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.

The Government will evaluate market information to ascertain potential market capacity to:

  1. Provide supplies consistent in scope and scale with those described in this notice and otherwise anticipate
  2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions:

Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice. Responses are required to be received no later than 3:00 PM Pacific Time on 05/12/2024. Responses should be provided in formats compatible with Microsoft Office 2010 for Windows or Adobe Portable Document Format (pdf). Receipt of responses will be acknowledged. Responses will not be returned. Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. All responses under this Sources Sought Notice shall be submitted to Ruben Velasquez at ruben.a.velasquez2.civ@us.navy.mil.

If you have any questions concerning this opportunity, please contact: Ruben Velasquez at ruben.a.velasquez2.civ@us.navy.mil.

The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.

Proprietary and Limited Distribution: It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities.

There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking.

The full text of FAR provisions or clauses may be accessed electronically at

http://acquisition.gov/far/

http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

http://farsite.hill.af.mil/

APPLICABLE SOLICITATION PROVISIONS

FAR 52.202-1 Definitions.

FAR 52.203-3 Gratuities

FAR 52.203-12 Limitation on Payments To Influence Certain Federal Transactions

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

FAR 52.204-7 System for Award Management.

FAR 52.204-16 Commercial and Government Entity Code Reporting.

FAR 52.204-17 Ownership or Control of Offeror.

FAR 52.204-18 Commercial and Government Entity Code Maintenance.

FAR 52.204-19 Incorporation by Reference of Representations and Certification.

FAR 52.204-20 Predecessor of Offeror.

FAR 52.204-21 Basic Safeguarding of covered contractor information systems.

FAR 52.204-22 Alternative Line Item Proposal.

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities.

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation.

FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

FAR 52.212-1 Instructions to Offerors Commercial Items.

FAR 52.212-2 Evaluation Commercial Items.

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items

FAR 52.212-4 Contract Terms and Conditions-Commercial Items.

FAR 52.212-5 Contract Terms and Contitions Required to Implement Statutes or Executive Orders Commercial Items

FAR 52.219-1 Small Business Program Representations.

FAR 52.222-22 Previous Contracts and Compliance Reports.

FAR 52.222-41 Service Contract Labor Standards

FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA).

FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.

FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation.

FAR 52.225-18 Place of Manufacture.

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications.

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7004 Alternate A, System for Award Management.

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items.

Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.

APPLICABLE CONTRACT CLAUSES

FAR 52.204-13 System for Award Management Maintenance.

FAR 52.204-18 Commercial and Government Entity Code Maintenance.

FAR 52.204-19 Incorporation by Reference of Representations and Certification.

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.

FAR 52.211-15 Defense Priority and Allocation Requirements.

FAR 52.212-4 Contract Terms and Conditions-Commercial Items.

FAR 52.232-39 Unenforceability of Unauthorized Obligations.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

FAR 52.233-1 Disputes.

FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.

FAR 52.243-1 Changes-Fixed Price.

FAR 52.244-6 Subcontracts for Commercial Items.

FAR 52.246-1 Contractor Inspection Requirements.

FAR 52.246-2 Inspection of Supplies Fixed-Price.

FAR 52.246-16 Responsibility for Supplies.

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

FAR 52.252-2 Clauses Incorporated by Reference.

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.

DFARS 252.204-7003 Control of Government Personnel Work Product.

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.

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

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.

DFARS 252.211-7003 Item Unique Identification and valuation.

DFARS 252.211-7008 Use of Government Assigned serial

DFARS 252.223-7008 Prohibition of Hexavalent Chromium.

DFARS 252.225-7001 Buy American and Balance of Payments Program.

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.

DFARS 252.225-7012 Preference for Certain Domestic Commodities.

DFARS 252.225-7048 Export-Controlled Items.

DFARS 252.231-7000 Supplemental Cost Principles.

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

DFARS 252.232-7006 Wide Area Workflow Payment Instructions.

DFARS 252.232-7010 Levies on Contract Payments.

DFARS 252.243-7001 Pricing of Contract Modifications.

DFARS 252.244-7000 Subcontracts for Commercial Items.

DFARS 252.247-7023 Transportation of Supplies by Sea.

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

The following subparagraphs of FAR 52.212-5 are applicable:

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.219-28 Post Award Small Business Program Representation.

FAR 52.222-3 Convict Labor.

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

FAR 52.222-21 Prohibition of Segregated Facilities.

FAR 52.222-26 Equal Opportunity.

FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

FAR 52.222-50 Combating Trafficking in Persons.

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13 Restrictions on Certain Foreign Purchases.

FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

FAR 52.233-3 Protest after Award.

FAR 52.233-4 Applicable Law for Breach of Contract Claim.

Overview

Response Deadline
May 12, 2024, 6:00 p.m. EDT Past Due
Posted
May 2, 2024, 5:42 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Port Hueneme CBC Base, CA 93043 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $200,000 (AI estimate)
Odds of Award
54%
Signs of Shaping
89% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 5/2/24 Naval Sea Systems Command issued Sources Sought N6339424Q0040_24-SIMACQ-D30-0005 for Integrated Keyboard/Trackball due 5/12/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334118 (SBA Size Standard 1000 Employees) and PSC 5342.
Primary Contact
Name
Ruben A. Velasquez   Profile
Phone
(805) 228-0428

Documents

Posted documents for Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Award Notifications

Agency published notification of awards for Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6339424Q0040_24-SIMACQ-D30-0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > COMMANDING OFFICER
FPDS Organization Code
1700-N63394
Source Organization Code
100076483
Last Updated
May 27, 2024
Last Updated By
ruben.velasquez@navy.mil
Archive Date
May 27, 2024