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

66 -- Refurbished SV3 Autonomous Wave Glider

Notice Date
7/31/2020 12:10:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660420Q8522
 
Response Due
8/7/2020 11:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
JESSICA K. KIRTLINK, Phone: 4018323853
 
E-Mail Address
jessica.kirtlink@navy.mil
(jessica.kirtlink@navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and 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 and a 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 Quotation (RFQ) number is N66604-20-Q-8522. The Naval Undersea Warfare Center Division, Newport intends to issue a Firm-Fixed Price purchase order to Liquid Robotics, Inc., CAGE Code 4Y9T1, for the following item: Refurbished SV3 Autonomous Wave Glider with v200 Upgrades (qty. 1). Required delivery: 15 September 2020 F.O.B. Destination to Naval Station Newport, Newport, RI 02841 Liquid Robotics, Inc. is the creator and sole manufacturer of the SV3 Wave Glider. This requirement is being solicited on a sole source basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs. See attached Sole Source Justification. The North American Industry Classification System (NAICS) Code is 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Small Business Size Standard is 1,250 employees. This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. If UID applies, payment will be via Wide Area Workflow (WAWF). 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 52.212-2, Evaluation - 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. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. The clause at DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation. 52.211-5 Material Requirements ��� (d)� A proposal to provide used, reconditioned, or remanufactured supplies shall include a detailed description of such supplies and shall be submitted to the Contracting Officer for approval. ����� (e)� Used, reconditioned, or remanufactured supplies, or unused former Government surplus property, may be used in contract performance if the Contractor has proposed the use of such supplies, and the Contracting Officer has authorized their use. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award, pursuant to applicable regulations and guidelines. Instructions for registration are available on the SAM website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa95cfdc0ce449d1b2c6e40845e1aa4b/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05741997-F 20200802/200731230148 (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.