Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
MODIFICATION

58 -- Controlled Reception Pattern Antennas (CRPAs)

Notice Date
6/1/2022 1:33:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-22-Q-0258
 
Response Due
6/10/2022 11:00:00 AM
 
Archive Date
01/31/2023
 
Point of Contact
Ryan Davis, Phone: 4018321668
 
E-Mail Address
ryan.p.davis37.civ@us.navy.mil
(ryan.p.davis37.civ@us.navy.mil)
 
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 request for quote (RFQ) will be open for less than 30 days in accordance with FAR 5.203(b). The RFQ number is N66604-22-Q-0258. The North American Industrial Classification System (NAICS) Code is 334511. The Small Business Size Standard is 1,250 employees. This RFQ is solicited as unrestricted, as concurred with by the Naval Undersea Warfare Center Division Newport, RI (NUWCDIVNPT) Office of Small Business Programs (OSBP) and the Small Business Administration (SBA) Procurement Center Representative (PCR). The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends procure the following brand name items, no substitutions, on a firm-fixed-price basis: CLIN 0001: BAE Systems, Inc. Controlled Reception Pattern Antennas (CRPAs), Part Number: 8491660/190-500025, Quantity: 1, Lot. Estimated Not To Exceed (NTE) Value: $2,316,079. The offeror shall submit its quote in accordance with the below instructions and specified attachments: 1. Offerors shall quote new, BAE brand name items (no substitutions) in accordance with the redacted Attachment #1. 2. CLIN 0001: Offerors shall propose FFP stepladder pricing and lead times utilizing Attachment #2 �. Offerors shall completely fill out and return the Pricing Table as part of the price submission. This Pricing Table will be used to place orders under CLIN 0001 at the delivery order level. Offerors shall include shipping costs in the proposed unit prices (if applicable). 3. In accordance with Section 889(a)(1)(A) & (B) of the John S. McCain National Defense Authorization Act, the offeror shall complete and submit Attachment 3 - FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment with its quote. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: -FAR 52.204-19, Incorporation by Reference of Representations and Certifications; -FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; -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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; -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; -FAR 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; -FAR�52.233-3 Protest after Award; -FAR 52.233-4, Applicable Law for Breach of Contract Claim; -FAR 52.245-1, Government Property; -FAR 52.222-50 Combating Trafficking in Persons; -FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; -FAR 52.232-39 Unenforceability of Unauthorized Obligations; -FAR 52.245-9 Use and Charges; -DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; -DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; -DFARS 252.204-7003 Control of Government Personnel Work Product; -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 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; -DFARS 252.227-2017, Identification and Assertion of Use, Release, or Disclosure Restrictions; -DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; -DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements; -DFARS 252.211-7007 Reporting of Government-Furnished Property; -DFARS 252.227-7015 Technical Data- Commercial Items; -DFARS 252.227-7021 Rights in Data- Existing Works; -DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software; -DFARS 252.227-7030 Technical Data � Withholding of Payment; -DFARS 252.225-7031 Secondary Arab Boycott of Israel; -DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; -DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property; -DFARS 252.245-7002 Reporting Loss of Government Property; -DFARS 252.245-7003 Contractor Property Management System Administration; -DFARS 252.245-7004 Reporting, Reutilization, and Disposal; -DFARS 252.246-7008, Sources of Electronic Parts. 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/. Additional terms and conditions: -The ID/IQ contract resulting from this RFQ will include five (5), twelve (12) month ordering periods. -The contract minimum guarantee IAW FAR Clause 52.216-22 �Indefinite Quantity� will be one (1) GPS CRPA against CLIN 0001. -Delivery: F.O.B Destination, NUWCDIVNPT, Newport, RI 02841.� -Payment will be made via Wide Area Workflow (WAWF). -Defense Priorities and Allocations System (DPAS) rating is DO-C9. - Section 508 requirements are not applicable to this procurement, as it does not include EIT. This RFQ requires registration with SAM prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.SAM.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required items, meeting the brand name and minimum requirements, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. In order to be considered for award, the offeror must be a BAE authorized distributor. Authorized distributor status will be verified by the Government prior to award. Offerors shall include price and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The offeror must be submitted via electronic submission to Ryan Davis at ryan.p.davis37.civ@us.navy.mil on or before, June 10th, 2022 at 02:00PM EST. Attachments: Attachment 1: Redacted Justification and Approval Attachment 2: CLIN 0001 Pricing Table Attachment 3: FAR 52.204-24
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/31880d9c3659469884f9df3d09121949/view)
 
Record
SN06343604-F 20220603/220601230102 (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.