Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SOLICITATION NOTICE

A -- Marine Mammals Surveys

Notice Date
9/2/2025 8:50:06 AM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-25-Q-0363
 
Response Due
9/4/2025 11:00:00 AM
 
Archive Date
09/19/2025
 
Point of Contact
Kiani Carroll, Phone: 401-832-7222
 
E-Mail Address
kiani.r.carroll.civ@us.navy.mil
(kiani.r.carroll.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial products prepared in accordance with 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 and quotes are being requested. 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 N66604-25-Q-0363. The Naval Undersea Warfare Center Division, Newport (NUWDIVNPT) intends to award a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an unrestricted basis using FAR 13 procedures. The North American Industry Classification System (NAICS) Code for this acquisition is 541715. NUWCDIVNPT requires marine mammal surveys, telemetry tagging, biopsy darting, and data analysis services in accordance with the Statement of Work, Attachment 1. Offerors shall submit offers in accordance with Attachment 2, Section L & M. The Government will award a FFP IDIQ contract resulting from this solicitation to the responsible offeror using a Lowest Price Technically Acceptable (LPTA) source selection process. The minimum guarantee for the initial award is $50,000.00. Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal is the lowest priced. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htm The following provisions and clauses may apply reference to this RFQ: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT I, Offeror Representations and Certifications � Commercial Items � Alternate I; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282); --52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment� FAR 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� FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following DFARS provisions and clauses may 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; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements -252.204-7020 NIST SP 800-171 DoD Assessment Requirements -252.225-7048 Export-Controlled Items -252.227-7013, Rights in Technical Data-Noncommercial Items -252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation -252.227-7016, Rights in Bid or Proposal Information -252.227-7030 �Technical Data-Withholding of Payment� -252.246-7008 Sources of Electronic Parts -252.247-7023 Transportation of Supplies by Sea -252.227-7037, Validation of Restrictive Markings on Technical Data Additional terms and conditions: The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements. Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/. Instructions for registration are available at the website. 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. Payment will be via Wide Area Workflow (WAWF). Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE code, and shall include a validity date of no less than 60 days from due date for receipt of offerors. Offers shall be submitted via electronic submission to Kiani Carroll at Kiani.r.carroll.civ@us.navy.mil on or before 2:00 p.m. (EST) on Thursday, September 04, 2025. Quotes received after this date and time are late and may not be considered for award. Questions recieved: Q: The SOW says (Task 4.1, final sentence of the first paragraph), that the contractor should be available for at least 30 days per year. However, the labor estimate provided in attachment 2 appears to include hours for more field work (each field line includes an estimate of 960 hours at 12 hours per day, which would be far more than 30 days of field effort even including setup and breakdown field days on either side of the field effort). Do we match the hours in the labor estimate table, or submit one that reflects 30 our costs for 30 days each year? A: Given the 30 days is a minimum, the labor table would drive the ceiling value which is the maximum so proposals should match the labor hour table. Q: For the labor matrix table requested, is this one table that covers the full five years, or is there one table for each of the years to account for labor escalation rates (e.g. cost of living increases)? A: This is for each year, and we anticipate even distribution over the 5 years for planning purposes. Attachment List: Attachment 1: Statement of Work Attachment 2: Sections L & M Attachment 3: Contracts Data Requirement List Attachment 4: Performance Requirements Summary Table
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62bdab98c55f4021a24fe01bda7b6204/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07574265-F 20250904/250902230046 (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.