Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

R -- Topside C3 Engineering Services Support

Notice Date
8/21/2020 7:49:25 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-8497
 
Response Due
8/26/2020 11:00:00 AM
 
Archive Date
09/10/2020
 
Point of Contact
Madison Mastriani, Phone: 401-832-1182, Paul Lee, Phone: 4018324358
 
E-Mail Address
madison.mastriani@navy.mil, paul.lee3@navy.mil
(madison.mastriani@navy.mil, paul.lee3@navy.mil)
 
Description
This solicitation is being posted to the Beta SAM GOV page located at http://www.beta.sam.gov. It is understood that Beta SAM GOV is the single point of entry for posting of synopsis and solicitation to the internet.� PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.� This is a solicitation for non-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; quotes are being requested 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-8497. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a sole source basis to Applied Ocean Sciences, LLC (AOS) (CAGE Code: 885E5). AOS is a small business under the relevant North American Industrial Classification System (NAICS) Code: 541330. The Small Business Size Standard is $16,500,000.00. The NUWCDIVNPT Office for Small Business Programs concurs with this sole source determination. This requirement is for engineering services to support the design, development, acquisition and analysis of unmanned system command, control and communications (C3) capability and senor visualization, including for unmanned undersea vehicles and autonomous undersea vehicles in accordance with the attached Statement of Work (SOW). The Period of Performance will be twelve (12) months from date of award. �The contractor shall also quote an additional option period of eight (8) months. The exercise of this option will depend on tasking completion status and additional tasking. This procurement is being processed using FAR Part 13, Simplified Acquisition Procedures. This requirement is other than full and open competition, sole source procurement as concurred by the NUWCDIVNPT Office of Small Business Programs (OSBP) The NAICS Code is 541330; the size standard is $16.5M. Offeror must be registered in System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Payment will be via electronic through Wide Area Workflow (WAWF). This notice of intent is not required for competitive quotes. A determination by the Government not to compete this proposed purchase 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 the future. Offers for other products must contain complete product information and prices (to include labor categories and hours proposed, and any material or other direct costs). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (SPAS) rating DO-C9. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors - Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, and Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation, 52.217-5 Evaluations of Options, 52.217-7, Option for Increased Quantity � Separately Priced Line Item. As of 13 AUG 2020, in accordance with Section 889(a)(1)(A) & (B) of the John S. McCain National Defense Authorization Act, contractors are required to complete and submit a copy of the attached representation regarding use of covered telecommunications equipment or services: FAR 52.204�24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020). Further, solicitations must contain FAR 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020), which is incorporated into this solicitation by this posting. Please complete and sign the attached FAR 52.204-24 Representation document and return with your company�s quote. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. 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, and contractor DUNs number. Responses to the attached RFQ N66604-20-Q-8497 must be received by 2:00PM EST on 26 August 2020. For questions regarding this acquisition, email Madison Mastriani at madison.mastriani@navy.mil. �Attachments: SOW CDRL Incidental GFP form 52.204-24 Representation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b45686d5f8944aa788a0e2eb1230f667/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05769018-F 20200823/200821230203 (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.