SOLICITATION NOTICE
30 -- OK-542 Components
- Notice Date
- 3/18/2022 6:17:21 AM
- Notice Type
- Solicitation
- NAICS
- 332721
— Precision Turned Product Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660422Q0268
- Response Due
- 3/29/2022 11:00:00 AM
- Archive Date
- 04/13/2022
- Point of Contact
- Andrew Kenyon, Dawn A. Griffin
- E-Mail Address
-
andrew.kenyon3.civ@us.navy.mil, dawn.a.griffin.civ@us.navy.mil
(andrew.kenyon3.civ@us.navy.mil, dawn.a.griffin.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Naval Undersea Warfare Center Division Newport N66604-22-Q-0268 The synopsis for this requirement is being waived in accordance with FAR 5.202(a)(13). This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Towed Array Handling Equipment Facility (TAHEF) is the Naval Sea Systems Command (NAVSEA) certified Designated Overhaul Point for the OK-542 Thinline Towed Array Handling Equipment (TLTAHE).� The OK-542 TLTAHE is used to deploy and retrieve the Thin Line Towed Array (TLTA) on all SSBN/SSGN 726 CL Submarines.� The OK-542 Capstan Drive Unit (CDU) provides positive control of the array during transfer operations. The TAHEF has been tasked to overhaul the OK-542 CDU; the Drive Drum Hub and Idler Drum Mounting Hub defined below are critical components of the CDU and are required for overhaul.�� NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following: CLIN 0001 - Drive Drum Mount QTY 2 CLIN 0002 - Idler Drum Mounting Hub QTY 2 CLIN 0003 � Contract Data Requirements List (CDRLs) Item Description� � � � � � � � � � � � � �Part #� � � � � � � � QTY Drive Drum Mount� � � � � � � � � � � 53X-01-101� � � � � � � 2 Idler Drum Mounting Hub� � � � � �53X-01-102� � � � � � � 2 This procurement is being competed as a 100% small business set aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 332721. The Small Business Size Standard is 500 employees. See the Attached Request for Quote N66604-22-Q-0268 for more details. Additional terms and conditions: In order to receive the drawings/Technical Data Package (TDP), the company must be registered in the DoD Joint Certification Program (JCP) (https://www.dlis.dla.mil/jcp/). Once approved for the JCP, the company will have to request access to the drawings through SAM.GOV. The request in SAM must come from the individual registered in JCP to be given access to the drawings. This requirement does not include Electronic and Information Technology (EIT) items; therefore, Section 508 requirements are not applicable. 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. Quotes shall include: Company Name Company Point of Contact, including name, telephone number, and e-mail address CAGE Code Quotes shall be submitted electronically to andrew.kenyon3.civ@us.navy.mil and must be received on or before Tuesday, 29 March 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2ef95d735cf14ce2b5a040e0c78a9ed1/view)
- Record
- SN06272072-F 20220320/220319211258 (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 |