Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

53 -- MK 180 Mod 1 Multiple Leg Slings

Notice Date
7/16/2020 10:43:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-8459
 
Response Due
7/23/2020 11:00:00 AM
 
Archive Date
08/07/2020
 
Point of Contact
Liam Walsh, Phone: 4018324821
 
E-Mail Address
liam.walsh@navy.mil
(liam.walsh@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. � This combined synopsis and solicitation is being posted at sam.beta.gov. It is understood that sam.beta.gov is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-20-Q-8459. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), Platform and Payload Integration Department, Missiles and Payload Integration Division, (Code 451) is the In-Service Engineering Agent (ISEA) and Acquisition Engineering Agent (AEA) for Tomahawk Capsules and peculiar support equipment.� There is a present need for the purchase of twelve (12) MK 180 Mod 1 Multiple Leg Slings. This action is being processed as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) Code is 332618 and the small business size standard is 500 employees. NUWCDIVNPT intends to award a firm fixed price (FFP) purchase order for twelve (12) MK 180 Mod 1 Multiple Leg Slings, in accordance with the Statement of Work (Attachment 1), �Drawing Number 8601147 (Attachment 2), and Contract Data Requirements List (CDRL) A001 (Attachment 3).��� �CLIN STRUCTURE: ALL offeror�s submitting a quote shall fill in the two (2) CLIN Structures below and shall include them as a part of their proposal. Proposal Including First Article Waiver: CLIN 0001 � MK 180 Mod 1 Multiple Leg Slings, P/N 8601147; QTY: 1 EACH; �in accordance with the Statement of Work (SOW) Attachment 1 CLIN 0002 � Remaining�P/N 8601147 QTY: 11 EACH; Units manufactured in accordance with the Statement of Work (SOW) Attachment 1 CLIN 0003 � Shipping FOB: Destination (Ground shipping to Newport, RI 02841) QTY: 1 Job NOTE: If the Contractor has manufactured these MK 180 Mod 1 Multiple Leg Slings within the last five (5) years, then they may request a waiver from producing the First Articles, however, a total of twelve (12) will still be required. Along with the waiver request, the contractor shall indicate the organization as well as the purchase order number in which they previously manufactured these MK 180 Mod 1 Multiple Leg Slings for. ALL offeror�s requesting a waiver shall submit two (2) proposals, one (1) including First Article and one (1) without First Article. Proposal NOT Including First Article Waiver: CLIN 0001 � MK 180 Mod 1 Multiple Leg Slings, P/N 8601147; QTY 12 EACH; �in accordance with the Statement of Work (SOW) Attachment 1 CLIN 0002 � Shipping FOB: Destination (Ground shipping to Newport, RI 02841); QTY 1 JOB NOTE 1: Offerors requesting a waiver of First Article shall submit two (2) quotes � one (1) not including First Article and one (1) including First Article. The request of a waiver does not guarantee that the offeror will be granted one. Offerors requesting a waiver of the First Article requirement shall submit with their offer the previously awarded contract number (awarded within the last five (5) years) along with the contact information of the Government POC in order for the Government to make a determination. NOTE 2: All quote submissions will be evaluated by the Government on a Lowest Price Technically Acceptable (LPTA) basis. Offerors who are requesting a waiver and submitting two (2) proposals will first be evaluated on whether or not they are eligible to be granted a waiver. If a waiver is granted, the offeror will be evaluated on the total sum of CLINs 0001-0002 in their proposal without First Article. If a waiver is not granted, the offeror will be evaluated on the total sum of CLINs 0001-0003 in their proposal including First Article. F.O.B. Destination Naval Undersea Warfare Center Division: Newport, RI 02841. Delivery: 30 Days ARO 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. Clauses 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 apply to this solicitation.� 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.� This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the items as detailed in the Brand Name Specification, attached, (no substitutions allowed) in the quantities specified.� In order to be determined technically acceptable: (1) the offeror must quote the items specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Section 508 is Not Applicable to this requirement. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This solicitation requires 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. Payment will be via wide area workflow (WAWF). Offerors shall include price, delivery terms, and the following additional information with submissions: Point of contact (including phone number and email address), Contractor Cage Code, Contractor DUNs number. SECTION M M-209-H003 WAIVER OF FIRST ARTICLE REQUIREMENTS (GOVERNMENT TESTING) � BASIC (NAVSEA) (OCT 2018) (a) If supplies identical or substantially identical to those called for in the Schedule have been previously furnished by the Offeror and have been accepted by the Government, the first article requirements may be waived by the Government. The Offeror shall identify below the contract(s) under which supplies identical or substantially identical to those called for have been previously accepted by the Government: Contract(s) (b) All offerors should submit an offer on the basis that first article requirements will not be waived (hereinafter referred to as OFFER A). Offerors who believe, on the basis of paragraph (a) above, that they may qualify for waiver of first article may also submit an offer on the basis that the first article requirements will be waived (hereinafter referred to as OFFER B). This solicitation contains separate delivery schedules for OFFER A and OFFER B. (c) Subject to considerations of responsiveness of offers and responsibility of Offerors and subject to other evaluation factors provided for in this solicitation, the price used in determining best value to the Government, using tradeoff evaluation criteria, will be either the price submitted for OFFER A or the price submitted by for OFFER B if the Government determines an offeror is eligible for first article waiver. The decision whether to grant a waiver is entirely at the discretion of the Government. (d) Offers will be evaluated so as to take into account the cost to the Government of testing the first article. The cost to the Government of such testing will be added to the price of all offers which include first article requirements. For the purpose of making this evaluation, it is estimated that $ will be the cost to the Government for first article testing. (e) Any award resulting from this solicitation will state whether the first article requirements are or are not waived. In the event of waiver, all clauses and references to the first article will not be applicable. (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10504197bb6c40ed9110ca8c6ddfcba8/view)
 
Record
SN05723801-F 20200718/200716230201 (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.