Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

51 -- Crescent Tongs Assembly

Notice Date
6/24/2022 1:03:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332216 — Saw Blade and Handtool Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025322Q0064
 
Response Due
7/6/2022 1:00:00 PM
 
Archive Date
01/06/2023
 
Point of Contact
David Robinson
 
E-Mail Address
david.w.robinson197.civ@us.navy.mil
(david.w.robinson197.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting for Crescent Tong Assembly and Sub Assembly P/N: 8847726 (53711) in accordance with Drawings 8847726A, 8847727-CALE, 8847728A, and the Statement of Work (SOW) with sole sourced parts from vendor Crescent Pipe Tongs Inc. for a quantity of 9 each. This requirement is being issued as a combined synopsis/solicitation for commercial Items in accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation, issued as request for quotation (RFQ) N0025319Q0064, is attached to this announcement. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 332216 and has a size standard of 750 employees. Offerors are required to provide FOB destination pricing to NUWC Keyport, WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: david.w.robinson197.civ@us.navy.mil No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation, and respond to this RFQ with associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terms and conditions (T&C�s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C�s not be included with your quote submittal as many company T&C�s are inconsistent with federal law and unenforceable. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/. Restricted drawings and technical information are available through Sam.gov. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3dcc195865f48f0b0f1314704d3e546/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN06368825-F 20220626/220624230100 (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.