Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

43 -- Kawasaki HMB030/P/21/PL566 Hydraulic Motor

Notice Date
7/31/2020 12:18:52 PM
 
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
N6660420Q8292
 
Response Due
6/2/2020 11:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@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/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 N6660420Q8292. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a requirement for twelve (12) Kawasaki HMB030/P/21/PL566 Hydraulic Motors.� The offeror must be identified by Kawasaki Precision Machinery as an authorized reseller. NUWCDIVNPT intends to award a Firm Fixed Price purchase order for these supplies and services: CLIN����� Description���������������������������������������������������������� ������� ��������������� Qty 0001����� Kawasaki HMB030/P/21/PL566 Hydraulic Motor�������������� 12 0002 ���� Data (see CDRLs)������������� ��������������������������������������������������������������� 1 (Not Separately Priced)* Delivery will be FOB NUWCDIVNPT in Newport, RI 02841. *All pricing (shipping, testing, data, etc.) shall be included within the CLIN 0001 unit prices. NOTE: The drawings are labeled Distribution D which means distribution is authorized to the Department of Defense (DoD) and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification. The drawings are uploaded to beta.SAM.gov as an attachment with access restricted to JCP-certified companies only. Only potential offerors with an active registration in JCP will be able to access the drawings. Please visit https://www.dlis.dla.mil/jcp/ for further details on the program and registration. 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. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.� In order to be determined technically acceptable the offeror must quote the sole make and model items required by this solicitation� (no substitutions allowed) in the specified quantities and meet the delivery requirement specified in this solicitation. Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quite being deemed technically unacceptable. 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).� If UID applies, then payment will be via 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 Nick Sanginario at Nicholas.sanginario@navy.mil . Offers are due by 2 PM Eastern Daylight Time on June 02, 2020.� Offers received after this date/time will be considered late and may not be considered for award.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f96df8787454c47a62cc1f12aac63f5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05741843-F 20200802/200731230147 (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.