Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

59 -- LAIRD R&F LCRM RAS Units

Notice Date
11/25/2020 8:40:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-21-Q-0096
 
Response Due
12/4/2020 11:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Nicholas Salzano, Phone: 4018323484
 
E-Mail Address
nicholas.salzano@navy.mil
(nicholas.salzano@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Amendment 0001: The purpose of this amendment is to extend the required offer date from 24 November 2020 at 1400 EST to 4 December 2020 at 1400 EST. 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 N66604-21-Q-0096. The Naval Undersea Warfare Center Division, Newport intends to issue a Sole Source, Firm-Fixed Price purchase order to LAIRD R&F Products, Inc., CAGE Code 06GU3, for the following items: CLIN: 0001: Low Radar Cross Section Mast (LRCSM) RAS Unit; P/N: 05054006, in accordance with the attached drawing, QTY: 2 Each Required delivery is 16 weeks after date of contract award.� F.O.B. Destination to Naval Station Newport, Newport, RI 02841 This requirement is being solicited on a sole source basis, as concurred with by the Procurement Contracting Officer. LAIRD R&F Products is the only manufacturer with the technical expertise necessary to build the above parts.� See attached Sole Source Justification. The North American Industry Classification System (NAICS) Code for this acquisition is 326299. The Small Business Size Standard is 500 employees. Offerors shall include price, delivery terms, shipping costs (if applicable), and the following additional information with the submissions: point of contact (including phone number and email address), CAGE Code, DUNS number, and a validity date of no less than 60 days from due date for receipt of offers. In order to be determined technically acceptable, the Offeror must (1) quote the items which must meet the requirements of the specifications and item descriptions detailed above, in the required quantities specified above; (2) be new, no used or refurbished items will be allowed; and and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. This notice of intent 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. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). 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. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation - The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2); -- 52.222-3, Convict Labor; -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies; -- 52.222-21, Prohibition of Segregated Facilities -- 52.222-26, Equal Opportunity; -- 52.222-35, Equal Opportunity for Veterans; -- 52.222-36, Equal Opportunity for Workers with Disabilities; -- 52.222-37, Employment Reports on Veterans; -- 52.222-50, Combating Trafficking in Persons; -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; -- 52.225-13, Restrictions on Certain Foreign Purchases. DFARS 252.204-7008,Compliance with Safeguarding Covered Defense Information Controls; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Offerors shall fill-in and submit the attached FAR Provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment with their quote. 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 Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This requirement does not include Electronic and Information Technology (EIT) Section 508 or is exempt from 508 requirements. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) prior to award, pursuant to applicable regulations and guidelines. Instructions for registration are available on the SAM website. Quotes shall be submitted electronically to Nicholas Salzano at Nicholas.salzano@navy.mil and must be received on or before Friday, 4�December 2020 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time may not be considered for award. For questions regarding this acquisition, please contact Nicholas Salzano at Nicholas.salzano@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1d3c3038a3447749e1f90936dbed807/view)
 
Record
SN05861349-F 20201127/201125230138 (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.