SOLICITATION NOTICE
13 -- Squibs In Support of Annual Fire Alarm and Protection Testing
- Notice Date
- 6/8/2022 11:38:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N00174-22-Q-0071
- Response Due
- 6/15/2022 1:00:00 PM
- Archive Date
- 06/30/2022
- Point of Contact
- Brandi L. Sorzano, Phone: 3017446908
- E-Mail Address
-
brandi.l.sorzano.civ@us.navy.mil
(brandi.l.sorzano.civ@us.navy.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price sole source procurement with � CARTRIDGE Actuated Devices Inc. 51 Dwight Place Fairfield, NJ 07004 �To provide: CLIN0001 � 100 ea:� Squib Primers 074080-3 per the below Statement of Work ����������������������������������������������� STATEMENT OF WORK Locations: B-678, 680, 690, 691, 693, 704, 874, 905, 1119, 1122, 1866, 1881, 1913, and 3069 Organization / Division Head: Departments M and R NSWC Facilities Representative(s): Eric Herrera/eric.b.herrera@navy.mil 1.0 EXISTING CONDITIONS: The listed facilities at Naval Surface Warfare Center Indian Head Division are equipped with fire suppression systems that utilize a squib-actuated device, which allows our fire protection systems to meet the high-speed and ultra-high-speed requirements. The systems have been in service for several years, and are still being used and maintained on a regular basis. Without the squib, our systems would be unable to perform to meet the requirements. 2.0 YEARLY NEED: There is a need of at least 100 primers every year. The government proposes a 2-year contract. Base and 1 option year. The contractor has the right to set price before award on a yearly basis. The price will be no larger than 15% of the previous year. Any more than that will require a resolution meeting between the Government and contractor. SQUIB REQUIREMENTS: 3.1 Original OEM part was a component of the Grinnell Model F461 Primac Release. Vendor needed to provide equivalent primer as shown in Figure 1. Our yearly requirement is to exercise these Primac valves, which in turn, requires changing out dispensed squibs and installing new ones. � 3.2 The contractor shall provide the government with acceptance lot of �6� primers for every yearly delivery. We require delivery of the acceptance lot 90 days before scheduled delivery of the �100� primers. The government will perform an acceptance test of the �6� primers to ensure 100% of the primers successfully fire. The government will give the results of the acceptance testing to the contractor 60 days before scheduled delivery. 3.3 If one or more primers fail to fire during the acceptance testing, a quality review will be required by the contractor.� 3.4 Notwithstanding the above, the Government may at its discretion, accept a defect on a waiver on a case-by-case basis. The Government may at its discretion increase inspection sample size if determined necessary as to validate any discrepancy variations/issues. 4.0 CONSIDERATIONS: If unable to receive the parts by March 1, 2023, we will be unable to perform annual (wet) tests at the listed facilities above. If unable to perform an annual test the facility will risk being in violation of the requirements set in NAVSEA OP-5, for fire protection systems tolerance (one year and 30 days pass since the last annual (wet) test). 5.0 MOST RECENT PROCUREMENT: The government has used a vendor in recent years that has a proprietary design. That drawing number is No. 074080, dated 26 January 2004. The government will be unable to release this drawing due to vendor ownership of the drawing. The associated North American Industry Classification System (NAICS) code is 325920 Explosives Manufacturing and the Product Service Cod is 1377-Cartridge and Propellant Actuated Devices. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.� 52.247-34, FOB Destination 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) The Contractor's representations and certifications, including those completed electronically� 52.252-1���� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: www.acquisition.gov or farsite.hill.af.mil (End of provision) 52.223-7002 Hazardous Material Identification and Material Safety Data; 252.223-7001 Hazard warning labels; 252.223-7002 Safety Precautions for Ammunition and Explosives; 252.223-7003 Change in Place of Performance- Ammunition and Explosives FAR 52.204-2 Security Requirements; FAR 52.204-3 Taxpayer Identification;� 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5� Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 � Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration;� FAR52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes�Fixed Price; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; �DFARS 252.203-7002 � Requirement to inform Employees of Whistleblowers Rights; DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7005 Oral Attestation of Security Responsibilities; DFAR 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFAR 252.225-7048 Export � Controlled Items; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.232-7010 Levies on Contract Payments (Research and Development); DFAR 252.243-7001 Pricing of Contract Modifications; DFAR 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea. The circumstance permitting Other Than Full and Open Competition is Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy Agency requirements.""� The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available.� This notice of intent is not a request for competitive quotes; however, all information received by 6/15/2022 will be considered by the Government.� A determination by the Government not to compete this proposed contract action based upon the responses received from this notice is solely within the discretion of the Government. � Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: 301-744-4055 E-Mail: brandi.l.sorzano.civ@us.navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96158a005bc14fee8492d8d4480f1de6/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN06351526-F 20220610/220608230120 (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 |