Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

53 -- OK-542 USR Parts

Notice Date
2/23/2021 12:38:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660421Q0309
 
Response Due
3/5/2021 11:00:00 AM
 
Archive Date
03/20/2021
 
Point of Contact
Gina Proske
 
E-Mail Address
gina.proske@navy.mil
(gina.proske@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 N66604-21-Q-0309. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following build-to-print items: CLIN 0001 � Quantity 12, Slip Ring Housing, NAVSEA Drawing 7264755, shipping costs included CLIN 0002 � Quantity 16, Slip Ring Bulkhead, NAVSEA Drawing 7264756, shipping costs included CLIN 0003 � �Data (Not Separately Priced), see attached Contract Data Requirements List (CDRL) Required delivery is 13 weeks from date of award; F.O.B. Destination: Naval Station Newport, RI. The North American Industry Classification System (NAICS) Code for this acquisition is 332710 �Machine Shops�.� The Small Business Size Standard is 500 employees. This procurement is being conducted on a 100% small business set aside basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The below Distribution D documents apply to this solicitation and are available upon request: NAVSEA Drawing 7264755 NAVSEA Drawing 7264756 TAHE Facility Quality Provisions Receipt Inspection Report To request Distribution D documents, offerors must be registered in the Joint Certification Program (JCP). �All requests for documents must be submitted to gina.proske@navy.mil. �The request must include the RFP Action number, company name and complete address, Vendor CAGE code and the name of the JCP Point of Contact (POC) (note: individual(s) listed in the JCP site are the only ones authorized to receive the documents), and email address.� Once verified in JCP, documents will be sent to the vendor�s JCP POC via DOD SAFE. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable the offeror must quote the required items, no substitutions, in the required quantities.� Refurbished or used items are unacceptable.� The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The below clauses and provisions apply to this solicitation: FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation � Commercial Items FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 �Item Identification and Valuation� DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF).� The Government preferred payment method is Purchase Card; however in accordance with DFARS 252.211-7003, if the proposed unit prices exceed $5,000; UID tags are required and payment will be via Wide Area Workflow (WAWF).� IF THE VENDOR CANNOT ACCEPT MASTERCARD, THIS INFORMATION MUST BE CLEARLY CONVEYED IN THE QUOTE. 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) and therefore Section 508 compliance is not applicable to this requirement. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/SAM/ DFARS supplement rule 2019-D041 applies to this requirement, therefore offerors must have a current National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment posted in Supplier Performance Risk System (SPRS).� Current is defined as not more than three years old. SPRS is an application within the Procurement Integrated Enterprise Environment (PIEE).�� The guide for submitting an assessment can be found at the following address: https://www.sprs.csd.disa.mil/pdf/NISTSP800-171QuickEntryGuide.pdf OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) Separate pricing for each CLIN (2) Delivery terms (3) Point of Contact (including name, phone number and email address) (4) Contractor CAGE Code and/or DUNs Number, and (5) Signed copy of the representation at FAR 52.204-24 as attached to this solicitation. Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2570f09ee93644118114469af4d25911/view)
 
Record
SN05924433-F 20210225/210223230114 (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.