Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

13 -- CCU-148/8 Shell Assembly - Request for Quote

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-18-Q-0021
 
Archive Date
6/9/2018
 
Point of Contact
Michelle L Bowie, Phone: 3017446891
 
E-Mail Address
michelle.l.bowie@navy.mil
(michelle.l.bowie@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for non-commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-18-Q-0021 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-66. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 332510. The SB size standard for this code is 750 employees. CLIN0001 - 20 each - Shell Assembly - First Article CLIN0002 - 400 each - Shell Assembly CLIN0003 - 400 each - Plug ** See attached Statement of Work** **Drawings will be sent electronically via email to interested vendors** **Please email Michelle.l.bowie@navy.mil if interested. ** All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.213-4 Contract terms and conditions-Non-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-4 First Article Approval - Government Testing; FAR 52.209-3 First Article Approval - Contractor Testing; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.204-3 Taxpayer Identification; 52.204-7 System for Award Management; 52.204-13 System for Award Management Maintenance; 52.225-18 Place of Manufacture; 52.252-1 Solicitation Provisions Incorporated by Reference; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004 Alternate A, System for Award Management; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System. Points of contact: Contract Specialist/Administrator: Michelle Bowie, Civ, Telephone: (301) 744-6891 E-Mail: michelle.l.bowie@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC IHEODTD, 4081 N. Jackson Rd. Bldg. 841 Indian Head, MD 20640-5070 not later than 1100(11:00 a.m.) Eastern Standard Time on 25 May 2018. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-18-Q-0021/listing.html)
 
Place of Performance
Address: Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04901289-W 20180427/180425231045-528b434d0894bdac4e89b23b8bc2a7f3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.