Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOLICITATION NOTICE

20 -- Locker Assembly

Notice Date
2/28/2024 11:26:14 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
N6660424Q0209
 
Response Due
3/6/2024 11:00:00 AM
 
Archive Date
03/21/2024
 
Point of Contact
Michelle Weigert, Phone: 4018322811
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.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-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2023-04, effective June 02, 2023. Request for Quotation (RFQ) number is N66604-24-Q-0209. This requirement is being solicited unrestricted. This is not a small business set-aside. The applicable North American Industry Classification Systems (NAICS) Code 332710. The Small Business Size Standard is 500 employees. NUWCDIVNPT intends to purchase the following, on a firm-fixed-price basis: CLIN 0001: Locker Assembly (IAW) Technical data package (TDP) for Locker Assembly ASSY A2, Drawing #: 8924549 Rev A and accompanying parts list; 1 Each. CLIN 0002: Contract Data Requirements List (CDRL) � Not Separately Priced (NSP) (see Exhibit A). F.O.B. Destination, Newport, R.I. 02841-1708. The required delivery date on or before 45 days After Award of Contract (ADC). Notes: 1. Any non-recurring engineering (NRE) or shipping costs shall be built into the prices of the units. There will NOT be separate CLINs for NRE or shipping. 2. This requirement contains drawings and parts lists that are designated as Distribution Statement D; export controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. In order to obtain access to the drawings and parts lists, the offeror�s JCP Custodian shall email michelle.e.weigert.civ@us.navy.mil and include the RFQ number, company name, CAGE code and copy of Form 2345. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawing will be sent to the JCP Custodian via DoD SAFE. 3. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable the offeror must: A. Quote the items IAW with applicable drawings and parts lists in the required quantities detailed above; B. Meet the required delivery date; C. The Offeror must be registered in NIST in accordance with DFARS 252.204-7019. 4. Additionally, the Government will consider Past Performance information whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. 5. 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. The following FAR provisions and clauses apply to this solicitation: --FAR 52.204-13, System for Award Management Maintenance (Oct 2018). --FAR 52.204-19, Incorporation by Reference of Representations and Certifications --FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) --FAR 52.204-24�Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021). -- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) --FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (Oct 2020) --FAR 52.204-19, Incorporation by Reference of Representations and Certifications --FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) --FAR 52.204-24�Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021). -- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) --FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (Oct 2020) --FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations�Representation (Nov 2015) --FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) --FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) --FAR 52.213-4 Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (Mar 2023). --FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) --FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) --FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) --FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) --FAR 52.232-1, Payments (Apr 1984) --FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) --FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: --DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) --DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) --DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022) --DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); --DFARS 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016); --DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019); --DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); --DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021); --DFARS 252.204-7019 Notice of NISTSP 800-171 DoD Assessment Requirements (Mar 2022). --DFARS 252.204-7020 NIST SP 800-171DoD Assessment Requirements (Jan 2023). --DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) --DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall provide a point of contact (including phone number and email address), Offeror CAGE code, SAM UEI, and shall include a validity date of no less than 60 days from due date for receipt of offers. In order to ensure timely processing, please provide a quotation no later than 2:00 pm EST on Wednesday, March 6, 2024. Please direct any questions and submit quotations to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil, 401-832-2811.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e3825b9137648e0873987345de5466b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06979943-F 20240301/240228230057 (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.