Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2021 SAM #7078
SOLICITATION NOTICE

59 -- MK 62 Umbilical �A� cables

Notice Date
4/16/2021 10:06:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-8258
 
Response Due
9/24/2020 11:00:00 AM
 
Archive Date
10/09/2020
 
Point of Contact
Liam Walsh, Phone: 4018324821
 
E-Mail Address
liam.walsh@navy.mil
(liam.walsh@navy.mil)
 
Description
Amendment 0002: The purpose of this amendment is to answer industry questions and extend RFQ response time. 1. Question 2: Can the Government provide Computer Aided Design (CAD) drawings of the Applicable Documents Government Response 2: CAD drawings of the Applicable Documents are not available. 2. Question 2: Does the JCP have to match the POC requesting the Applicable Documents. Government Response 2: The Applicable Document requestor must match the POC listed in JCP. 3. Question 3: The RFQ is not clear about PRODUCTION LOT TESTING from the production qty lots to be produced.� There is a defined statement in the RFQ for a qty to be randomly selected from the batch that then gets sent out for the USN to do PLT on. This is not about FA or pre- or periodic but production for the �P� in PLT.� Does this RFQ require the PLT? If so, what is the qty to be selected from the 109 pcs and 54 pc batches? Government Response 3:� The requirement for Production Lot Testing, requires the Offeror to provide two samples at random selection by the Government to have the tests in Table III of the RCN and TN FAB DWGs conducted by the Government (these are the same tests already performed on every cable produced by the contractor before delivery). These two PLT Sample Cables are to be delivered to the�Government for our own conduct of the tests, but shall remain with the Government t in case additional tests may be conducted (at the�Government's discretion). These cables shall not become a part of the Production Lot Delivery and shall be retained by the Government. As such the CLIN structure is updated detailed below. Drawing RCN FAB 8805613, TN FAB 8805621, RCN 8667431 and TN 8667269 are avilable via request for documents. 4. The RFQ response time is hereby extended from 10 September 2020 to 24 September 2020. All other combined synopsis and solicitation terms and conditions remain unchanged. Amendment 0001: The purpose of this amendment is to answer industry question and extend RFQ Closing date. 1. Question 1: The drawings identify additional lower tier drawings/documents. Can the Government provide the additional drawings Government Response 1: The Government will provide the following additional drawings to vendors upon request. The following drawings include: 8805614 SUB-ASSY CABLE, RCN 7263103 HOUSING, PLUG 6894513 COLLET 6894514 RETAINER, SPRING 6894516 SPRING, WAVE 8667432 PLATE, IDENTIFICATION 6894521 SLEEVE, LOCKING 6894522 SPRING, COIL 6894530 SOCKET INSERT, CABLE PLUG 6894535 PIN INSERT, CABLE PLUG 7263104 RING, INSERT RETAINING 6894519 SCREW, SET 6894545 PIN MOLDED-IN INSERT BREECH CONN 6894552 HOUSING, MACH. BREECH CONN 2510174 PRIMER, ADHESIVE 5759979 CATCH ASSY 8243374 COVER, SHIPPING ALT P/N: 10001-1430841 2510015-001 MOLDING & POTTING COMPOUND POLYURETHANE BLK 3167211 PRIMER COMPOUND 6894536 PIN MOLDED-IN INSERT 6894547 PIN CONTACT, COATED-NO. 12 6894541 PRIMER 2865877 Pin Arrangement PL8667269 Parts List 2.� The RFQ end date is is hereby extended from 27 August 2020 02:00 pm EDT to 10 September 2020 02:00 pm EDT. All other combined synopsis and solicitation terms and conditions remain unchanged. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. � This combined synopsis and solicitation is being posted to the Government Point of Entry page located at sam.beta.gov. It is understood that sam.beta.gov 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 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 N66604-20-Q-8258. � This procurement is solicited on an unrestricted basis, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 334417 and the small business size standard is 1000 employees. � NUWCDIVNPT intends to award a firm fixed price (FFP) purchase order for the below: CLIN 0001: First Article Test: QTY: Two (2) MK62 Royal Canadian Navy� (RCN) Umbilical �A� cables for FMS�� / Royal Canadian Navy, Victoria Class Submarines in accordance with NAVSEA Drawing 8667431, #PL8667431 and Specifications 6894520 REV D (EACH) CLIN 0002: First Article Test: QTY: Two (2) Umbilical A-Cables for the Turkish Navy (TN) Developed according to NAVSEA Dwg. #8667269, #PL 8667269 and Specification NAVSEA #6894520 REV D. (EACH) CLIN 0003�Option�1:�Production Lot Units: QTY:�Two (2) MK62 Royal Canadian Navy� (RCN) Umbilical �A� cables for FMS�� / Royal Canadian Navy, Victoria Class Submarines in accordance with Drawing RCN FAB 8805613 �and RCN 8667431. (EACH) CLIN 0004 Option 2:� Production Lot Units: QTY: Two (2)�Umbilical A-Cables for the Turkish Navy (TN) Developed according to Dwg TN FAB 8805621 and TN 8667269. (EACH) CLIN 0005: QTY: One hundred, nine (109), MKk 62 Royal Canadian Navy� (RCN) Umbilical �A� cables for FMS�� / Royal Canadian Navy, Victoria Class Submarines in accordance with NAVSEA Drawing 8667431, #PL8667431 and Specifications 6894520 REV D (EACH) CLIN 0006: QTY: Fifty-four (54) Umbilical A-Cables for the Turkish Navy (TN) Developed according to NAVSEA Dwg. #8667269, #PL 8667269 and Specification NAVSEA #6894520 REV D. (EACH) CLIN 0007: QTY (1) Contract Data Requirements List Not Separately Priced� � Incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The below provisions apply to this solicitation � FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 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 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 (ALT 1), Offeror Representations and Certifications-- Commercial Items FAR 52.212-4, Contract Terms and Conditions-- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.233-4,� Applicable Law for Breach of Contract Claim DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: 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 apply to this solicitation. 252.246-7008, Sources of Electronic Parts � In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more and Payment will be via Wide Area Workflow. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/ Defense Priories and Allocations System (DPAS) rating DO-C9 Offerors 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/SAM/ The Government will evaluate this requirement in accordance with Addendum 52.212-5. Please see Attachment #1 52.15-5 Addendum for additional information. �� � Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes must be e-mailed directly to liam.walsh@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Thursday 24 September 2020. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Liam Walsh at liam.walsh@navy.mil. Note: If offeror plans to request SOW Applicable Documents (AD), offeror must be registered in the Joint Certification Program (JCP) in order to receive via DoD SAFE. All requests for AD and Government Furnished Information (GFI) must be submitted to liam.walsh@navy.mil. The request must include the RFP Action number, company name and complete address, CAGE code, point of contact (note: individual(s) listed in the JCP site are the only ones authorized to receive the GFI documents), email address, phone number, and JCP registration number. Attachments: 1. 52.15-5 Addendum 2. 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 3. 52.209-4 4. Statement of Work (SOW) 5. Contract Data Requirements List (CDRLs)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfcfeac7daf34b70add8fe91374550bd/view)
 
Record
SN05975120-F 20210418/210416230115 (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.