SOLICITATION NOTICE
58 -- Vemco Acoustic Telemetry Monitoring Equipment
- Notice Date
- 12/10/2020 7:08:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-21-Q-0090
- Response Due
- 12/14/2020 11:00:00 PM
- Archive Date
- 12/30/2020
- Point of Contact
- Mo Diaz, Phone: 4014406832
- E-Mail Address
-
Mauricio.J.Diaz1@navy.mil
(Mauricio.J.Diaz1@navy.mil)
- Description
- Naval Undersea Warfare Center Division Newport N66604-21-Q-0090 This procurement is intended as a sole source requirement and will be solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).� The North American Industry Classification System (NAICS) Code for this acquisition is 334511.� The Small Business Size Standard is 1,250 employees. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� 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 in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-21-Q-0090. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires the sole source purchase of Innovasea, Vemco acoustic telemetry monitoring equipment.� No other products are compatible with the existing Vemco receiver infrastructure being used by NUWCDIVNPT.� NUWCDIVNPT intends to purchase the� equipment on Firm Fixed Price Basis as outlined in the attached CLIN Structure (Attachment 1). F.O.B. Destination: Newport, RI, 02841-1708.� Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). The below provisions and clauses apply to this solicitation: 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony 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 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 for Litigation Support DFARS 252.246-7008, Sources of Electronic Parts The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. In accordance with DFARS 252.211-7003 Item Identification and Valuation, the Contractor shall provide a Unique Item Identifier (UID) for all deliverables for which the Government�s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Procurement Integrity Enterprise Environment (PIEE) (Formerly known as Invoice, Receipt, Acceptance, and Property Transfer (IRAPT) and Wide Area Workflow (WAWF)). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. The Offeror shall confirm Government Purchase Card is an acceptable form of payment within the quotation. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that there is an exception to Electronic and Information Technology (EIT) Section 508 requirements. 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. Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Offerors shall also complete and submit the attached Provision FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) (Attachment 2). Quotes shall be submitted electronically to Mauricio.J.Diaz1@navy.mil and must be received on or before 15�December, 2020 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Mo Diaz at Mauricio.J.Diaz1@navy.mi.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f415b280e5cb4914b699094ba7cdb820/view)
- Place of Performance
- Address: Newport, RI, USA
- Country: USA
- Country: USA
- Record
- SN05871388-F 20201212/201210230142 (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 |