Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2023 SAM #7955
SOLICITATION NOTICE

59 -- Antenna Elements

Notice Date
9/6/2023 9:31:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-23-Q-0570
 
Response Due
9/6/2023 2:00:00 PM
 
Archive Date
09/21/2023
 
Point of Contact
David Livesey
 
E-Mail Address
david.j.livesey2.civ@us.navy.mil
(david.j.livesey2.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 N6660423Q0570. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) order on a sole source basis to Microwave Engineering Corp (CAGE 06351) for the following Contract Line Items (CLIN), no substitutions: CLIN 0001: Four (4) Each (EA), ANTENNA ELEMENT, MID OMNI, in accordance with NUWCDIVNPT Drawing Number 06789086 CLIN 0002: Five (5) EA, ANTENNA ELEMENT, HIGH OMNI, in accordance with NUWCDIVNPT Drawing Number 06789087 CLIN 0003: Seven (7) Set, ANTENNA ELEMENT, SPIRAL Set of Six (6), in accordance with NUWCDIVNPT Drawing Number 06829250 CLIN 0004: Four (4) EA, ANTENNA ELEMENT, HORN, in accordance with NUWCDIVNPT Drawing Number 06829251 CLIN 0005: One (1) Lot, Data in accordance with Exhibit A, Contract Data Requirements List (CDRL), NOT SEPARATELY PRICED Required delivery is F.O.B. Destination, Newport, RI, 02841, with a lead time of no more than six (6) months. This requirement is being solicited on a sole source basis to Microwave Engineering Corp (CAGE 06351), as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). MEC is the original equipment manufacturer of these items and is the only source with the technical knowledge to manufacture them. 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. This requirement is being solicited on a 100% Small Business set-aside basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 employees. The drawings associated with this requirement contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. Sec. 2751 Et Seq.) Or The Export Administration Act Of 1979, as amended, Title 50, U.S.C.. 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, and drawings may only be released to the Company JCP Contact as listed at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. Please visit http://www.dlis.mil/jcp for further details on the program and registration. To obtain a copy of the drawings vendor accounts in SAM.GOV need to reflect its JCP certification. Requests for drawings must be sent by the Company JCP Contact, via SAM.gov or email, to the Primary Point of Contact as listed on this combined synopsis/solicitation. Requests sent via email must include the vendor�s CAGE code. 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://acquisiition.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 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.219-33 Nonmanufacturer Rule 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 52.222-36 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 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act 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, (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/78a7960163454772b7f531c4bfbf56c5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06820632-F 20230908/230906230108 (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.