SOLICITATION NOTICE
59 -- ATM Waveguide Components
- Notice Date
- 8/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2120
- Archive Date
- 9/7/2018
- Point of Contact
- Gina Proske,
- E-Mail Address
-
gina.proske@navy.mil
(gina.proske@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items 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; quotes are being requested and a second written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-2120. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following Advanced Technical Materials Waveguide Components, on a Sole Source, Firm-Fixed Price Basis, to Delmarva Engineering. CLIN 0001 - Ten (10) Each, Straight Section, Manufacturer P/N 112-120A-60-6-7 CLIN 0002 - Five (5) Each, Straight Section, Manufacturer P/N 112-120A-36-6-7 CLIN 0003 - Five (5) Each, Straight Section, Manufacturer P/N 112-120A-24-6-7 CLIN 0004 - Ten (10) Each, Straight Section, Manufacturer P/N 112-120A-12-6-7 CLIN 0005 - Ten (10) Each, Straight Section, Manufacturer P/N 62-120A-60-6-7 CLIN 0006 - Five (5) Each, Straight Section, Manufacturer P/N 62-120A-36-6-7 CLIN 0007 - Five (5) Each, Straight Section, Manufacturer P/N 62-120A-24-6-7 CLIN 0008 - Ten (10) Each, Straight Section, Manufacturer P/N 62-120A-12-6-7 CLIN 0009 - Fifty (50) Each, Gasket Kit, Manufacturer P/N GK112A7F CLIN 0010 - Fifty (50) Each, Gasket Kit, Manufacturer P/N GK62A7F CLIN 0011 - Ten (10) Each, 90 Degree E-Plane Bend, Manufacturer P/N 112-500A-2x2-6-7 CLIN 0012 - Two (2) Each, Pressure Inlet with Gauge, Manufacturer P/N 112-210A-6-7 CLIN 0013 - Ten (10) Each, 90 Degree E-Plane Bend, Manufacturer P/N 62-500A-1.75X1.75-6-7 CLIN 0014 - Two (2) Each, Pressure Inlet with Gauge, Manufacturer P/N 62-210A-6-7 CLIN 0015 - Ten (10) Each, 90 Degree H-Plane Bend, Manufacturer P/N 112-510A-1.75X1.75-6-7 CLIN 0016 - Ten (10) Each, 90 Degree H-Plane Bend, Manufacturer P/N 62-510A-1.75X1.75-6-7 CLIN 0017 - Twenty-Five (25) Each, Waveguide Hangar, Manufacturer P/N 112-EH/C+ CLIN 0018 - Twenty-Five (25) Each, Waveguide Hangar, Manufacturer P/N 62-EH/C+ CLIN 0019 - Ten (10) Each, Pressure Window, Manufacturer P/N 112-230-6-6 CLIN 0020 - Ten (10) Each, Pressure Window, Manufacturer P/N 62-230-6-6 CLIN 0021 - Five (5) Each, Flex-Twist Waveguide, Manufacturer P/N 112-125-72-6-7 CLIN 0022 - Five (5) Each, Flex-Twist Waveguide, Manufacturer P/N 62-125-72-6-7 CLIN 0023 - Five (5) Each, Flex-Twist Waveguide, Manufacturer P/N 112-125-12-6-7 CLIN 0024 - Five (5) Each, Flex-Twist Waveguide, Manufacturer P/N 62-125-12-6-7 CLIN 0025 - Two (2) Each, Straight Section, Manufacturer P/N 112-120A-3-1-7 CLIN 0026 - Four (4) Each, Loop Coupler, Manufacturer P/N 112-307A-50-6-7/PT CLIN 0027 - Four (4) Each, Loop Coupler, Manufacturer P/N 62-307A-50-6-7/PT CLIN 0028 - Ten (10) Each, Spacer, Manufacturer P/N 112-121A-0.100-6-6 CLIN 0029 - Ten (10) Each, WR112 Die-Cut Gasket, Manufacturer P/N GK112B6D CLIN 0030 - Ten (10) Each, Spacer, Manufacturer P/N 62-121A-0.100-6-6 CLIN 0031 - Ten (10) Each, WR112 Die-Cut Gasket, Manufacturer P/N GK62B6D CLIN 0032 - Shipping Charges, if applicable In order to be determined technically acceptable the offeror must quote the above listed parts, no substitutions, in the required quantities; and quotes must include the following information: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Offers for other products must contain complete product information and prices. Required delivery is eight weeks from date of award (or sooner); to Fort Story, Virginia. The Government's preferred shipping terms is F.O.B. Destination. The North American Industry Classification System (NAICS) Code for this requirement is 334419. The requirements is being solicited on a sole source basis to Delmarva Engineering as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The size standard is 750 employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: 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 Conditions Required to Implement Statutes or Executive Orders - Commercial Items' 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 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Section 508: This procurement does not include electronic and information technology (EIT), therefore, Section 508 contract requirements are not applicable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In accordance with DFARS 252.211-7003 'Item Identification and Valuation' if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. The following additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/portal/public/SAM/ Quotes shall be emailed to the Primary Point of Contact, prior to 23 August 2018, at 2:00 pm EST. Quotes received after the specified Response Date and Time will be ineligible for award. Quotes shall be valid for no less than 30 days
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2120/listing.html)
- Record
- SN05041832-W 20180818/180816231740-6f7fd293f0d463367a47614512c1ef95 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |