Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

14 -- Pad Cushioning Capsule

Notice Date
5/10/2023 3:33:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423Q0394
 
Response Due
5/15/2023 8:00:00 AM
 
Archive Date
05/30/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660423Q0394. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 325211. �The Small Business Size Standard is 1,250 employees. The Product Supply Code (PSC) is 1450. This requirement is for Brand Name Capsule Cushioning Pads (lower and mid) as broken down below: CLIN 0001 ���� Pad Cushioning Capsule (Lower Pads), Elantas Pdg, Inc. part no. JCM 14043-001, quantity 130 CLIN 0002����� Pad Cushioning Capsule (Mid Pads), Elantas Pdg, Inc. part no. JCM 14045-001, quantity 70 CLIN 0003����� Pad Cushioning Capsule (Lower Pads), Elantas Pdg, Inc. part no. JCM 14043-001, quantity 100 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name only, no substitutions.� Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island. BRAND NAME SPECIFICATION: Cytec (now known as Elantas Pdg, Inc.) is the original manufacturer of the cushioning pads.� The interface cushioning pads have not changed from their original design, therefore additional certifications and testing will not be required.� The process of vetting another vendor to manufacture and test the cushioning pads would be a time consuming and expensive undertaking that would exceed the critical delivery time required for the fabrication of the AURS and result in an unacceptable delay in the Fleet delivery.� Prior to production of the cushioning pads, the contractor was required to manufacture molds to the specifications of the drawings JCM-14286, JCM-14287, and JCM-14288. Once the molds were manufactured, the Government was required to complete a lengthy review and acceptance process. The contractor was also required to obtain a Tension/Compression Test Machine (MTS model 312.31 or equal), as well as a steel test platen. Upon Government acceptance of the molds, the contractor would proceed to manufacture a First Article unit, which would be shipped to NUWCDIVNPT where the Government would perform acceptance testing prior to production manufacturing. The time involved in vetting a new contractor would be overly detrimental to the Government.� The delay would introduce additional risks and cause potential delays to the construction and testing of the Virginia Class BLK IV Virginia Payload Tube (VPT) construction program, onboard the VA Class VPT submarines.� The Government estimates this purchase will satisfy this specific requirement for at least the next 1 year. Based on the above, it is not reasonable to conclude the potential savings from competition can offset the significant duplicative cost and schedule and mission impact associated with purchasing a new brand name product.� Therefore, it is in the best interest of the Government to solicit and award this requirement on a brand name only basis. Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM. F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following 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.�; 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 Felony 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 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.�; 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 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable the offeror shall: Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote; Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Friday, 05 April 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af32b1f7b3474410a28f3f5bd8ab89d9/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06678110-F 20230512/230510230113 (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.