SOLICITATION NOTICE
59 -- L-Bracket Microswitch
- Notice Date
- 9/12/2023 2:40:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025323Q0098
- Response Due
- 9/19/2023 4:00:00 PM
- Archive Date
- 03/19/2024
- Point of Contact
- Rebecca Jett, Brook Smith
- E-Mail Address
-
rebecca.a.jett.civ@us.navy.mil, brook.m.smith.civ@us.navy.mil
(rebecca.a.jett.civ@us.navy.mil, brook.m.smith.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- -----Amendment 0001 ----- The purpose of this amendment is to extend the solicitation closing date from 9/12/2023 to 9/19/2023. This amendment requires signature. PROCUREMENT SYNOPSIS Solicitation N0025323Q0098 Naval Undersea Warfare Center Division (NUWC) Keyport is solicitation for L-Bracket MicroSwitch First Article Testing units quantity of three (3) and Production units quantity of 500 in accordance with the Statement of Work (SOW) and drawing 8475426_53711. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1 as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation, issued as a request for quotation (RFQ) N0025323Q0098, is attached to this announcement. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 332510 and has a size standard of 750 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation no later than three (3) business days prior to the solicitation closes. Questions and Offers should be submitted via e-mail to: Rebecca.A.Jett.Civ@US.Navy.Mil . No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to this RFQ with associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection. Company quote forms will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C�s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is preferred that company T&C�s not be included with your quote submittal as many company T&C�s are inconsistent with federal law and unenforceable. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/. Restricted drawings and technical information are available through SAM.GOV. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html . The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a2da0b2efa8e47d2a4d29fb78d4614cd/view)
- Place of Performance
- Address: Keyport, WA 98345, USA
- Zip Code: 98345
- Country: USA
- Zip Code: 98345
- Record
- SN06828303-F 20230914/230912230107 (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 |