Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOLICITATION NOTICE

53 -- Shell Assembly CCU 148

Notice Date
10/28/2020 4:13:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017421Q0001
 
Response Due
11/13/2020 1:00:00 PM
 
Archive Date
11/28/2020
 
Point of Contact
Jodi L Fields
 
E-Mail Address
jodi.fields@navy.mil
(jodi.fields@navy.mil)
 
Description
10/28/2020-This is to add a NEW Statement of Work and to add additional FORMS.� 21Q0001 This is a combined synopsis/solicitation for noncommercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for:� Shell Assembly CCU-148.� This solicitation will be competed as full and open. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N0017421Q0001 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.� This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 325920. The SB size standard for this code is 750 Employees. CLIN 0001 �Shell Assembly RG93 First Article Testing, 60 each CLIN 0002 �Shell Assembly M3-281 First Article Testing, 60 each CLIN 0003 �Shell Assembly, 655 each This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint� Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation that verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing. Interested Offerors must request the drawing package in writing. E-mail the following information to Jodi.fields@navy.mil: -Name -Title -Company name and address -DUNS and CAGE numbers -E-mail address ���������������������������������������������������������������� The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. All items shall be delivered FOB Destination to Indian Head, MD� 20640. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Points of contact: Contract Specialist/Administrator: Jodi Fields E-Mail: jodi.fields@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Only email offers will be accepted. Questions/clarification/requests regarding this solicitation must be submitted via email to:� Jodi.fields@navy.mil by 6 November 2020. Quote packages are due by 9 November 2020 4:00 PM EST.� Late quotes will not be considered. Quote packages shall be sent to Jodi.fields@navy.mil and contain a cover sheet that provides the following information: 1. Official Company Name; 2. Point of contact including name and phone number; and 3. DUNS number and Cage Code.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc5d1285462340d187ff964b7736a45f/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05840173-F 20201030/201028230150 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.