Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOLICITATION NOTICE

81 -- Shipping Cases & Inserts IAW Drawings

Notice Date
8/1/2024 3:12:36 PM
 
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
N6660424Q0742
 
Response Due
8/8/2024 11:00:00 AM
 
Archive Date
08/23/2024
 
Point of Contact
John Paul McCauley
 
E-Mail Address
john-paul.mccauley.civ@us.navy.mil
(john-paul.mccauley.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for shipping cases and inserts in accordance with the drawings detailed below. 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0742. This requirement is being solicited on a 100% small business set-aside basis. The North American Industry Classification System (NAICS) Code is 326199. The Small Business Size Standard is 750. No partial quotes will be accepted. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. 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. Items will be delivered to Newport, RI 02841. The Government shipping method will be FOB Destination. Award will be made based on the lowest price technically acceptable (LPTA) approach with technical acceptability being determined as shown below. Offerors shall include the following information with submissions: (1) Quote the required �items, in the required quantities; (2) Provide proof that all items are shipped from the US, drop shipping is unacceptable; (3) Provide proof that all items configured in house are new products, gray market items will not be accepted; If the Contractor does not deliver new hardware/software or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. (4) Point of Contact (including name, phone number and email address); and, (5) Contractor CAGE and UEI Code. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The Contract Line Item Number (CLIN) structure is: Item Description AL4141-0808 BLUE, STAINLESS HDWR, BASH PLATES, DOC TUBE, CARD HOLDER, STENCILS, PRV, CUSTOM CUSHION In Accordance with Drawing Attachment #1 Part Number 035934 Quantity: 30 This requirement contains drawings that are designated Distribution D and export controlled. To access the documents, the Offeror must possess a valid Joint Certification Program (JCP) certification. Requests for the drawings shall come from the JCP Custodian; drawings will not be provided to other points of contact. The custodian shall email the address below a completed DD2345 document and other information as detailed within this notice. Additionally, in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings. The requests shall include the RFQ number, company name, and CAGE code. Offerors shall offer their best delivery schedule. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 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 Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax� 52.212-1, Instructions to Offerors Commercial Items� 52.212-3, 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 Statues or Executive Orders Commercial Items The following DFARS clauses apply to this solicitation: 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, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. 252.211-7003 Item Identification and Valuation� 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF). This solicitation requires active 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� Quotes shall be submitted via email to the address below and must be received on or before Friday, 8 August 2024 at 1400 Eastern time. Offers received after the closing date and time are late and may not be considered for award. For information on this acquisition contact JP McCauley at john-paul.mccauley.civ@us.navy.mil. Attachments: 1 - I.5. DWG 8725017 REV DASH DWG
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87ecc1ec44dc40018e9cf9eb377c67df/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07153756-F 20240803/240801230157 (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.