SOLICITATION NOTICE
46 -- Carbon Filtration Units
- Notice Date
- 6/6/2023 12:38:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025323Q0027
- Response Due
- 6/13/2023 1:00:00 PM
- Archive Date
- 12/13/2023
- Point of Contact
- Rebecca Jett, Phone: 3603156798
- E-Mail Address
-
rebecca.a.jett.civ@us.navy.mil
(rebecca.a.jett.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***Amendment 0002*** The purpose of this amendment is to extend the offer response date from 6 JUN 2023 at 1 pm Pacific Time to 13 JUN 2023 at 1 pm Pacific Time. This amendment must be signed.� ***Amendment 0001*** The purpose of this amendment is to�The purpose of this amendment is to include Brand Name or Equal language in CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, and 3002;�and to add FAR Clause 52.211-6 Brand Name or Equal (AUG 1999). SF 1449 has been replaced with the Conformed Copy of the solicitation and amendment. Offer must be made on Conformed Copy SF 1449. The offer response date has not been extended. PROCUREMENT SYNOPSIS Solicitation N0025323Q0027 Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting a brand name or equal (BNOE) requirement for Carbon Filtration Units for quantities of: Quantity of three (3) unit, with one (1) option year of six (6) units, and two (2) options years of four (4) units each. The brand name manufacturer is Snyder Ultratainer part number (P/N) 68445. 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) N0025323Q0027, 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 221310 and has a size standard of $41 million dollars. Offerors are required to provide FOB Destination pricing. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation and no later than three (3) business days prior to the offer response date. Questions and Offers should be submitted via e-mail to: Rebecca.A.Jett.Civ@US.Navy.Mil . No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete the following may render an offer nonresponsive and result in rejection. Quote all CLINs and Sub-CLINs Complete all representations and certifications found within the solicitation Return the signed solicitation (and signed amendments if applicable) in whole Respond prior to the closing date and time established Company quote forms will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. 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 (DFARS). 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. 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/d720baa653434b03bd081fcbbe0b0db6/view)
- Place of Performance
- Address: Keyport, WA 98345, USA
- Zip Code: 98345
- Country: USA
- Zip Code: 98345
- Record
- SN06705945-F 20230608/230606230120 (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 |