SOLICITATION NOTICE
66 -- Submarine Test Devices (Intent to Sole Source to Lockheed Martin Sippican)
- Notice Date
- 7/2/2020 12:17:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660420Q8433
- Response Due
- 7/19/2020 8:59:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- CARRIE R. ROCHELLE, Phone: 4018326562
- E-Mail Address
-
CARRIE.ROCHELLE@NAVY.MIL
(CARRIE.ROCHELLE@NAVY.MIL)
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is N6660420Q8433.� The solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2020-06 / Effective Date 06-05-2020 (iv) This procurement is not set aside to any small business program, as concurred with by the Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Office of Small Business Programs and the Small Business Administration Procurement Center Representative. (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). CLIN� Description��������������������������������������������������������������� ����������� QTY����������� UoM 0001��Sub Test devices BT/SV/CTD, MFR P/N 308416-1 �����5� � � � � � � � � Each ����������� Firm Fixed Price (FFP) 0002��Sub Test devices BT/SV/CTD, MFR P/N 308416-1� � � 5� � � � � � � � � Each ����������� FFP ����������� Option 1 ����������� (To be exercised within one (1) year of award) 0003��Sub Test devices BT/SV/CTD, MFR P/N 308416-1 �����5� � � � � � � � � Each ����������� FFP ����������� Option 2 ����������� (To be exercised within two (2) years of award) 0004� �Shipping Charges (if applicable)� � � � � � � � � � � � � � � � � � 1� � � � � � � � � Lot � � � � � � �FFP (vi) Description of requirements for the items to be acquired: NUWCDIVNPT is tasked by the Submarine Acoustics Systems Program Office (PMS 401), the Virginia Class Program Office (PMS 450), and the Naval Supply Systems Command to procure Submarine Test Devices manufactured by Lockheed Martin Sippican, Inc., manufacturer part number (P/N) 308416-1, each of which includes a 2-lug Pigtail Wire Assembly (Lockheed Martin Sippican P/N 301042-1).� The Submarine Test Devices and Pigtail Wire Assemblies are subassemblies of the Expendable Probe Connector Box Assembly (Lockheed Martin Sippican P/N 03441001).� The Expendable Probe Connector Box Assembly is part of a submarine-launched expendable profiling system.� This system allows submarines to profile water temperature and sound velocity.� NUWCDIVNPT is the final assembly point for the Expendable Probe Connector Box Assembly. �Submarine Test Devices and Pigtail Wire Assemblies are required to complete the Expendable Probe Connector Box Assembly.� The assemblies are then provided to Fleet Maintenance Activities as part of new construction efforts and for use in repair efforts for the AN/BQQ-10 sonar system. �All the U.S. Navy submarines - SSN, SSGN, and SSBN platforms � use these assemblies. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Date of delivery:� 10/31/2020 Place of delivery and acceptance: � Receiving Officer, Naval Station Newport 47 Chandler Street Newport, RI 02841���� FOB point: Destination (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The evaluation procedures to be used. This is a sole source acquisition.� The intended source is Lockheed Martin Sippican, Inc. (CAGE Code 16848).� The Government intends to solicit and award only to Lockheed Martin Sippican, Inc.� Lockheed Martin Sippican, Inc. is the Original Equipment Manufacturer and the only authorized source of the required item, which has been approved by the Government for use on U.S. Navy submarines. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act Alternate II 52.225-13, Restrictions on Certain Foreign Purchases (xiii) Additional contract requirement(s) or terms and conditions. This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete the proposed purchase order based upon responses to this notice is solely within the discretion of the Government.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available on the SAM website. (https://www.sam.gov/SAM/) If the unit cost is more than $5,000.00, then the clause at 252.211-7003, Item Unique Identification (UID) and Valuation, applies to this acquisition. The Government's preferred payment method is via the Government Purchase Card (GPC).� Note: Fees apply to the GPC.� If the GPC is not used, payment will be made via the Wide Area Workflow (WAWF).� If UID applies, payment must be made via WAWF and the UID is entered into WAWF. The provision at 52.217-5, Evaluation of Options, applies to this acquisition. The clause at 52.217-7, Option for Increased Quantity-Separately Priced Line Item, applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and the assigned rating:� Not Applicable for Commercial Items (xv) The date, time and place offers are due. Date:�� July 19, 2020 Time:� 11:59 pm Eastern Standard Time Place:� e-mail to carrie.rochelle@navy.mil (xvi) The name and telephone number of the individual to contact for information regarding the solicitation:� Carrie Rochelle, (401) 345-8648, carrie.rochelle@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/03b462d25eb94ca9a7eaef50e5510607/view)
- Record
- SN05711077-F 20200704/200702230151 (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 |