Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

66 -- Intent to Sole Source with Paroscientific for Digiquartz Pressure Transducers

Notice Date
9/20/2022 12:00:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423Q0041
 
Response Due
9/27/2022 1:30:00 PM
 
Archive Date
10/31/2022
 
Point of Contact
Carrie Rochelle, Phone: 4018326562
 
E-Mail Address
carrie.r.rochelle.civ@us.navy.mil
(carrie.r.rochelle.civ@us.navy.mil)
 
Description
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.� �Quotations are being requested and a written solicitation will not be issued.� This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� This solicitation is a Request for Quotations (RFQ); RFQ number is N6660423Q0041. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Contract Line Items (CLIN): CLIN 0001 � Quantity 12, Digiquartz Pressure Transducer, Model 181KT-MM, P/N 1151-001-0, SCD 7342-002 Rev F CLIN 0002 � Shipping Charges, if applicable Delivery is F.O.B. Destination to Newport, RI 02841 This requirement is being solicited on an unrestricted, sole-source basis with Paroscientific, Inc. (CAGE code 54535), as concurred with by the NUWCDIVNPT Office of Small Business Programs, This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The below provisions and clauses apply to this solicitation: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-2 Evaluation�Commercial Products and Commercial Services FAR 52.212-3 (ALT 1) Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The full text of provisions and clauses may be accessed electronically at https://acquisition.gov Payment will be made via Wide Area Workflow (WAWF). In accordance with DFARS clause 252.211-7003, the offeror 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. The following addenda or additional terms and conditions apply: Defense Priorities 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/ � OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) Firm Fixed Pricing for CLINs (2) Estimated Delivery (3) Point of Contact (including name, phone number and email address) (4) Contractor CAGE Code Quotations shall be e-mailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotations shall be valid for no less than 30 days. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9f19a78e9d246358e4c794a9e869f51/view)
 
Record
SN06472651-F 20220922/220920230125 (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.