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

66 -- Vibration Test System and Components - Sole Source

Notice Date
2/25/2022 3:24:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-22-Q-0152
 
Response Due
3/11/2022 1:00:00 PM
 
Archive Date
03/26/2022
 
Point of Contact
Brittni Harvey
 
E-Mail Address
brittni.a.harvey.civ@us.navy.mil
(brittni.a.harvey.civ@us.navy.mil)
 
Description
N66604-22-Q-0152 Combined Synopsis/Solicitation 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 solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-22-Q-0152. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order to Unholtz-Dickie Corporation, 6 Brookside Drive, Wallingford, CT 06492, on a sole source basis for Vibration Test System and components as specified in the attached document. ** SEE ATTACHED DOCUMENT FOR SPECIFIED DETAILS ** The NUWCDIVNPT requires Induct-A-Ring (IAR) armature design to implement common measurement techniques and test equipment throughout various Warfare Centers. Unholtz-Dickie, Corp. is the only known manufacturer of IAR armature design. Therefore, this requirement will be awarded to Unholtz-Dickie on a sole source basis. This requirement is solicited on an unrestricted basis as concurred with by NUWCDIVNPT�s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 334519; the Small Business Size Standard is 500 employees. The contractor shall provide delivery schedule as part of submission. The contractor shall submit its best lead time for delivery. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: 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 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; and DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Payment will be made via Wide Area Workflow (WAWF). 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 offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Questions and offers must be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil. The quote must be received on or before day, March 11th, 2022 at 04:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d57a1d89d96f4217a0065bda9f3a1054/view)
 
Record
SN06251487-F 20220227/220225230113 (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.