SOLICITATION NOTICE
39 -- Build-to-Print Heavy Lift Bags
- Notice Date
- 6/13/2022 7:52:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-22-Q-0485
- Response Due
- 6/16/2022 11:00:00 AM
- Archive Date
- 07/01/2022
- Point of Contact
- Jeffrey J Champlin, Phone: 4018324010
- E-Mail Address
-
jeffrey.j.champlin.civ@us.navy.mil
(jeffrey.j.champlin.civ@us.navy.mil)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations 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). �The Request for Quotation (RFQ) number is N66604-22-Q-0485. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order for build-to-print Heavy Lift Bags.� This procurement is being issued on a sole source basis to Desmark Industries (doing business as Amerisewn) as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).� The applicable North American Industry Classification System (NAICS) code 314910. The Small Business Size Standard is 500 employees. Note: If the offeror plans to request any drawings, the offeror must be registered in the Joint Certification Program (JCP) in order to receive them via DoD SAFE. All requests for documents must be submitted to jeffrey.j.champlin.civ@us.navy.mil.� The request must include the solicitation number (N66604-22-Q-0485), 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 documents), email address, phone number, and JCP registration number. The notice of intent is not a request for competitive proposals.� The basis for determining the sole source has been determined by the Government.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.�� The required Heavy Lift Bags are as follows: Line Item #� � Description� � � � �Part Number� � � � Quantity� � � �Unit of Issue 0001� � � � � � � Heavy Lift Bag� � � � �8892190-A01� � � �16� � � � � � � � � Each The required delivery date is 09/30/2022.� Please specify the lead time in your quotation and please include shipping costs in the total price. � Required delivery terms are F.O.B. Destination, Newport, RI. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation: 52.204-13, System for Award Management Maintenance 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 Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-15, Defense Priority and Allocation Requirements 52.212-1, Instructions to Offerors Commercial Items 52.212-3, Offeror Representations and Certifications Commercial Items 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 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.243-1, Changes � Fixed Price The following DFARS provisions and clauses apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.225-7048 Export-Controlled Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea 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 Systems (DPAS) rating is DO-C9. This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement. Electronic Payment through Wide Area Workflow (WAWF) will be used. 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. 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 The Government intends to award on a sole source basis. �� The offeror shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), and contractor CAGE code. The quotes shall be submitted via email to the below address and must be received on or before Thursday, 16 June 2022, 2:00PM EST. Please submit a quotation and include a signed copy of the representation in FAR 52.204-24 (Attachment 1).� Offers received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact jeffrey.j.champlin.civ@us.navy.mil. Attachment FAR 52.204-24 Representation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/199ef4551d2f45e6afde853af0ac9880/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06356183-F 20220615/220613230104 (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 |