Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

75 -- USOAT CORE FOAM, CONDUCTIVE

Notice Date
11/27/2023 4:25:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326140 — Polystyrene Foam Product Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0034
 
Response Due
12/1/2023 8:00:00 AM
 
Archive Date
12/16/2023
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis and Solicitation This is a combined synopsis and solicitation for commercial items prepared in accordance with the 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660424Q0034. The requirement is to procure ADTS Core-Foam, required for the fabrication of prototype research and development of towed array assemblies according to the specifications in the drawings and the CLINs listed below. This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site. � *Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following to include delivery FOB Destination: CLIN 0001 ���� ADTS COND, 2.81OD-0.125ID X 48, Part P7154, Qty 56 ����������������������� According to Drawing (Attachment II.D.2.) CLIN 0002 ���� Shipping In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above.� Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.� This procurement is being competed as 100% Small Business Set-Aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).� The North American Industry Classification System (NAICS) code is 326140, and the Small Business Size Standard is 1,000 Employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.�� The following clauses and provisions apply to this solicitation: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) -���������� FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services -���������� FAR 52.212-2, Evaluation � Commercial Items; -���������� FAR 52.212-3, Offeror Representations and Certifications � Commercial Items; -���������� FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 -���������� 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; The additional following FAR clauses cited in 52.212-5 are applicable to the --52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)� -- 52.219-28, Post Award Small Business Program Representation (Sep 2021);� -- 52.222-3, Convict Labor (June 2003);� -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);� -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)� -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);� -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);� -- 52.222-50, Combating Trafficking in Persons (Nov 2021);� -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);� -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).� DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident� Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting,� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.� Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause.�� 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. This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.� Quotes shall be submitted electronically to jennifer.m.vatousiou.civ@us.navy.mil� and must be received on or before Friday, 01 December 2023 at 11:00 AM Eastern Standard Time (EST). Quotes received after this date and time may not be considered for award. For questions pertaining to this acquisition, please contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70d683949b8f4ee8a47e72e109a0a6c6/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06895057-F 20231129/231127230047 (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.