SOLICITATION NOTICE
53 -- MK71 Tube Loading Fixture Assemblies
- Notice Date
- 8/2/2022 4:58:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8353
- Response Due
- 7/28/2020 11:00:00 AM
- Archive Date
- 08/12/2020
- Point of Contact
- Liam Walsh, Phone: 4018324821
- E-Mail Address
-
liam.walsh@navy.mil
(liam.walsh@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. � This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) 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-8353. � This procurement is being processed as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) Code is 332710 and the small business size standard is 500 employees. � The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the below items.� The Government�s minimum requirement is outlined below: CLIN 0001: QTY: One (1) EACH TT-20-002 - FORWARD FRAME ASSEMBLY CLIN 0002: QTY: One (1) EACH TT-20-003 - AFT FRAME ASSEMBLY CLIN 0003: QTY: One (1) EACH TT-20-004 - RAMMER FRAME ASSEMBLY CLIN 0004: QTY: One (1) EACH TT-20-005-A01- CRADLE MOUNT TRACK ASSEMBLY CLIN 0005: QTY: One (1) EACH TT-20-005-A02- CRADLE MOUNT TRACK ASSEMBLY CLIN 0006: QTY: One (1) EACH TT-20-006 - RAMMER BASE ASSEMBLY CLIN 0007: QTY: One (1) EACH TT-20-007 - RAMMER CHAIN TRACK ASSEMBLY CLIN 0008: QTY: One (1) EACH TT-20-008 - RAMMER MOTOR MOUNT ASSEMBLY CLIN 0009: QTY: One (1) EACH TT-20-009 - CHAIN TRACK EXTRUSION CLIN 0010: QTY: ONE (1) EACH Contract Data Requirements List (Not Separately Priced) NOTE: OFFERORS SHALL QUOTE EACH ASSEMBLY SEPERATELY IN ACCORDANCE WITH THE CLIN STRUCTURE ABOVE. The contractor shall fabricate and deliver the above required items in accordance with the NUWCDIVNPT drawings TT-20-002 through TT-20-009. 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.� Please visit https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx for further details on the program and registration. Required delivery date is sixteen (16) weeks After Receipt of Order (ARO), F.O.B. Destination to Naval Station Newport, Newport RI 02841.� Early delivery is acceptable. PLEASE NOTE: Ensure any and all costs associated with this requirement (i.e. shipping) are included in your quote, as this is a FFP order.� If shipping is included, please quote as a separate line item.� 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. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC) 2020-01. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. The following FAR provisions apply to this solicitation � 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items � The following FAR clauses apply to this solicitation: 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 52.233-4,� Applicable Law for Breach of Contract Claim The following DFARS provisions apply to this solicitation: 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting The following DFARS clauses apply to this solicitation: 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 The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is 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/ This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the Offeror must quote the items required meeting the Government minimum requirements, in the required quantities; (2) the Offeror must meet the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Electronic Payment through Wide Area Workflow (WAWF) is the payment method. 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 Tuesday 28 July 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f27fafbff91648caa5811bc42eda9b27/view)
- Record
- SN06411186-F 20220804/220802230122 (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 |