SOLICITATION NOTICE
81 -- Pelican Brand Cases
- Notice Date
- 8/31/2023 6:34:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660423Q0501
- Response Due
- 9/7/2023 11:00:00 AM
- Archive Date
- 09/22/2023
- Point of Contact
- Gina Proske, Alexandra Cordts
- E-Mail Address
-
gina.m.proske.civ@us.navy.mil, alexandra.cordts.civ@us.navy.mil
(gina.m.proske.civ@us.navy.mil, alexandra.cordts.civ@us.navy.mil)
- Description
- This is a combined synopsis and solicitation for commercial supplies 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 and quotes are being requested. In accordance with FAR 5.203(b) this solicitation will be posted for less than thirty (30) days. Request for Quotation (RFQ) number is N6660423Q0501. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) order for the following brand name specific items, under the following Contract Line Items (CLIN), no substitutions: CLIN 0001: Ten (10) Each (EA), Plastic Pelican Container Part Number 30-20179-700 (CW4532-0919AC) with the following customizations: CW4532-0919AC GRY 133 ZINC NICKEL HARDWARE HNY 5 hole HANDLES (4) HNY LIFT RINGS (4) .25 PSID RELIEF VALVE Humidity indicator ALUMINUM BASH PLATES (2) DOCUMENT TUBE DESICCANT TUBE STENCILS (8) Front labels Skid runners (3) ID plates (3) POLYETHYLENE 6#PCF (Change Removed skid mate feature from case right side including end support frames/ metal work and foam filler pad stiffeners. Modified foam per Navy request) CLIN 0002: Ten (10) Each (EA), Plastic Pelican Container Part Number CUSTOM-20179-1000 (AL2624-1213AC) with the following customizations: AL2624-1213AC GRY 133 ZINC NICKEL HARDWARE ZINC NICKEL 5-HOLE HANDLES (4) ZINC NICKEL LIFT RINGS (4) ID PLATE (3) PRV +/-.50 PSI ALUMINUM BASH PLATES (2) COMPOSITE SKID RUNNERS (2) DOCUMENT TUBE DESICCANT TUBE EPOXY STENCILS (5) POLYETHYLENE CUSHION 4#PCF CLIN 0003: Ten (10) Each (EA), Plastic Pelican Container Part Number 30-20179-900 (AL3428-0625AC) with the following customizations: AL3428-0625AC GRY 133 ZINC NICKEL YELLOW HARDWARE HNY 5-hole HANDLES (4) HNY LIFT RINGS HOLE (4) Humidity indicator PRV +/-.25 FRONT LABELS COMPOSIT SKID RUNNERS (4) CUSTOM BASH PLATES (2) DOCUMENT TUBE (1) DESICCANT TUBE (1) EPOXY STENCILS (9) ID plates (3) POLYETHYLENE 6#PCF/9#PCF (Change Added humidity indicator, added ID plates (3)) Required delivery is F.O.B. Destination, Newport, RI, 02841, with a lead time of no more than fourteen (14) weeks This requirement is being solicited to full and open competition, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 326199. The applicable Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. Full text of incorporated clauses and provisions may be accessed electronically at https://acquisition.gov/. The below Federal Acquisition Regulation (FAR) clauses and provisions apply to this solicitation: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab 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 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation � Commercial Items 52.212-3 (ALT 1) 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 Statutes or Executive Orders-Commercial Items 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes--Fixed Price 52.252-2 Clauses Incorporated By Reference The additional following FAR clauses cited under FAR 52.212-5 are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-34 Payment by Electronic Funds Transfer�Other than System for Award Management The below Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.211-7003 Item Unique Identification and Valuation 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea In accordance with DFARS 252.211-7003 �Item Identification and Valuation� if the unit prices proposed exceed $5,000; Unique Item Identifier (UID) tags are required. Payment will be made via Wide Area Workflow (WAWF). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (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. DFARS supplement rule 2019-D041 applies to this requirement, therefore offerors must have a current National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment posted in Supplier Performance Risk System (SPRS). Current is defined as not more than three years old. SPRS is an application within the Procurement Integrated Enterprise Environment (PIEE). The guide for submitting an assessment can be found at the following address: https://www.sprs.csd.disa.mil/pdf/NISTSP800-171QuickEntryGuide.pdf 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/ OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) price per Each under each CLIN listed above, �(2) delivery terms, (3) Point of Contact (including name, phone number and email address), (4) Contractor CAGE Code and/or UEI Number, and (5) a signed copy of the representation at FAR 52.204-24 as attached to this solicitation. Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/604a283877624d5cbaf2941a2d899bda/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06815866-F 20230902/230831230106 (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 |