Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

53 -- Hydraulic Power Unit

Notice Date
4/1/2020 11:42:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660420R0864
 
Response Due
4/10/2020 8:59:00 PM
 
Archive Date
05/31/2020
 
Point of Contact
CARRIE R. ROCHELLE, Phone: 4018326562
 
E-Mail Address
CARRIE.ROCHELLE@NAVY.MIL
(CARRIE.ROCHELLE@NAVY.MIL)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This Combined Synopsis/Solicitation is being posted to beta.SAM.GOV. �It is understood that beta.SAM.GOV is the single point of entry for posting of Synopsis/Solicitation to the internet. This is a Combined Synopsis/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. A separate, written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Proposal (RFP) number is N6660420R0864. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a requirement for a new Hydraulic Power Unit (System) in its Towed Array Handler Land Based Test Facility located at NUWCDIVNPT (Towed Array Handler OA-9070B).� The System must meet the Requirements document, which is an attachment to this Combined Synopsis/Solicitation.� The offeror must also be able to install the System in accordance with the Requirements document. NUWCDIVNPT intends to award a Firm Fixed Price purchase order for these supplies and services: CLIN� � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Qty 0001� � � Hydraulic Power Unit (to include install)� � � 1 Delivery/Installation will be at NUWCDIVNPT in Newport, RI 02841. This requirement is being solicited as a 100% total small business set aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs.� The North American Industry Classification System (NAICS) Code is 333996, Fluid Power Pump and Motor Manufacturing. The Small Business Size Standard is 1,250 employees. The Government will award the order based on a Best Value Source Selection.� The following evaluation factors will be considered: - Technical Approach - Past Performance - Price For the Technical Approach factor, the Offeror�s proposal must clearly demonstrate that it meets the Government�s Requirements document.� The Government will evaluate the Offeror�s proposal that it meets the Requirements document. Offerors must also provide a delivery date/installation date in its proposal. For the Past Performance factor, Offerors must provide at least one (1) example of prior/current experience performing similar efforts with a description of the work performed and how the prior/current experience relates to this requirement, including, if applicable: �contract number, organization supported, indication of whether as a prime or subcontractor, contract value, and Government point of contact with current telephone number and/or e-mail address. The following addenda or additional terms and conditions apply: � Defense Priorities and Allocations System (DPAS) rating is DO-C9. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. 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, apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and DFARS 252.204-7015, Notice of Authorized Disclosure of Information by Litigation Support Contractors, apply to this solicitation.� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov. In accordance with DFARS 252.211-7003, Item Unique Identification and Valuation, if the unit price proposed exceeds $5,000, then UID tags will be required. The Government's preferred method of payment is credit card.� If not credit card, then payment will be via Wide Area Workflow (WAWF). Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/) to be eligible for award. �Instructions for registration are available on the SAM website. Offers shall be submitted via e-mail to Carrie Rochelle at carrie.rochelle@navy.mil . Offers are due by 11:59 PM Eastern Daylight Time April 10, 2020. �Offers received after this date/time will be considered late and may not be considered for award. �For information on this acquisition, please contact Carrie Rochelle at carrie.rochelle@navy.mil or (401) 345-8648.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c9866100067f47049bf6b4217c14801e/view)
 
Record
SN05607417-F 20200403/200401230145 (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  © 1994-2020, Loren Data Corp.