Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

59 -- Dual Weapon Simulator Module

Notice Date
2/25/2022 7:47:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-22-Q-0201
 
Response Due
3/2/2022 11:00:00 AM
 
Archive Date
03/17/2022
 
Point of Contact
Stephanie A Smyth, Phone: 4018326964, Fax: 4018414820
 
E-Mail Address
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
 
Description
Amendment 0001 - The purpose of this amendment is to decrease the quantity from 7 to 5 modules, to revise Attachment #2 Statement of Work, and to extend the RFQ close time to Wednesday, March 2, 2022 at 2:00PM EST. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) Number is N66604-22-Q-0201. ��� The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to Progeny on a Sole Source basis in accordance with FAR 13.106-1(b). Progeny is the only known source, per Attachment #1 Sole Source Justification, that can provide the below Dual Weapon Simulator Module (DWSM) inspection, testing, and upgrades per Attachment #2 Statement of Work. This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Line Item �- 0001:�Manufacturer Part # -�PSC00000000006/Upgrade to A0071702 ;�Description �-� DWSM Tech Refresh Upgrade:Qty -��5�Each � This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is $30.0M. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax� 52.212-1, Instructions to Offerors Commercial Items� 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items The following DFARS clauses apply to this solicitation: 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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Identification and Valuation� 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 exception applies: National Security for Submarine Warfare Federated Tactical Systems/Non-Propulsion Electronic Systems Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far� The required delivery is 16 weeks after date of award, F.O.B. Origin for delivery and acceptance. If no surcharge is applicable, the Government�s preferred method of payment is via credit card.�� Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Include any applicable surcharge in the quotation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov� The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.� The quote may be submitted via email to the email address below and must be received on or before Wednesday, March 2, 2022 , 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c113579c43b400f98bdfb80adad2be4/view)
 
Record
SN06251437-F 20220227/220225230112 (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.