SOLICITATION NOTICE
47 -- HX-29 Compliant Tubes
- Notice Date
- 7/1/2020 12:21:59 PM
- Notice Type
- Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8360
- Response Due
- 7/10/2020 11:00:00 AM
- Archive Date
- 07/25/2020
- Point of Contact
- Kaitlin L. Simoes, Phone: 4018328695
- E-Mail Address
-
kaitlin.simoes@navy.mil
(kaitlin.simoes@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. In accordance with FAR 5.202(a)(13) the Pre-solicitation Synopsis for this requirement is waived. The solicitation, N66604-20-Q-8360, is released and attached. This announcement will be open for less than 30 days, in accordance with FAR 5.203(b). The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires ten (10) HX-29 Compliant Tube Packs in accordance with Distribution ""D"" Drawing 37264575; FOB Destination, Newport, RI.� NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order on a sole source basis to Teknologic LLC, 180W Dayton Street, Edmonds, WA 98020 (CAGE Code: 1SQH3).� Teknologic LLC. (Teknologic) is the original equipment manufacturer of the HX-29 Compliant Tube Packs and is the only source with the technical knowledge to manufacture them. Teknologic is the only vendor with the proprietary pressure testing equipment, Quality Control measuring devices, and assembly jigs to manufacture the required items. Additionally, Teknologic does not have any authorized resellers. Therefore, only Teknologic LLC is able to manufacture these unique items in accordance with government specifications. This requirement is being solicited on a sole source basis to Tecknologic LLC, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). �The North American Industrial Classification System (NAICS) Code is 334419; the size standard is 750 employees. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The drawings associated with this requirement are labeled Distribution �D� which means distribution is authorized to the DOD and US DoD Contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Upon RFQ issuance, please visit http://www.dlis.mil/jcp for further details on the program and registration. To obtain a copy of the drawings vendor accounts in beta.SAM need to reflect its JCP certification. The drawings are available from the negotiator, Kaitlin Simoes on a limited access basis to JCP certified companies only. Incorporated provisions and clauses are those in effect through most recent Federal Acquisition Circular. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 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,� 52.209-11 �Representation by Corporations Regarding Delinquent Tax also apply to this solicitation.� DFARS 252.204-7008 �Compliance with Safeguarding Covered Defense Information Controls,� 252.204-7009 �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information,� and 252.204-7015 �Notice of Authorized Disclosure of Information for Litigation Support� apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Additionally, a Unique Item Identifier (UID) is required for any delivered items in which the unit cost is $5,000.00 or more in accordance with DFARS Clause 252.211-7003.� Payment will be via electronic through Wide Area Workflow (WAWF). Electronic and Information Technology (EIT) Section 508 contract requirements are not applicable to this procurement. Responses to the attached solicitation N66604-20-Q-8360 must be received by 2:00PM EST on July 10, 2020. For questions regarding this requirement, contact Kaitlin Simoes at Kaitlin.simoes@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1021339880a54e868215f6f126fc8325/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05710001-F 20200703/200701230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |