SOLICITATION NOTICE
59 -- Intent to Sole Source - Radomes
- Notice Date
- 2/28/2024 2:10:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-24-Q-0283
- Response Due
- 3/6/2024 11:00:00 AM
- Archive Date
- 03/21/2024
- Point of Contact
- Michelle Weigert, Phone: 4018322811
- E-Mail Address
-
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.civ@us.navy.mil)
- Description
- This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0283. The Government intends on issuing a FFP award to�G.S.E. Dynamics Inc. (CAGE Code: 29183) as it is the only qualified source of the required radomes. Qualifying another source would significantly delay Fleet schedule and result in duplicative costs to the Government.� This�requirement is being solicited as unrestricted�under North American Industry Classification System (NAICS) code�334419, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The Small Business Size Standard is 750 employees. This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price basis radomes, as detailed below. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001: Radomes in accordance with (IAW) Government Furnished Drawing 06793015 Rev A����� Quantity: 8 Each CLIN 0002: Radomes in accordance with (IAW) Government Furnished Drawing�50406-021241CD Rev F���� �Quantity: 10 Each� CLIN 0003: Data IAW attached CDRLs Qty 1 lot � Not Separately Priced �� Delivery: FOB Destination; NUWCDIVNPT, Newport, RI Delivery date: 34 Weeks ADC Additional terms and conditions: 1. Contractor MUST have an active registration in SAM at the time of quote submission. 2. Any non-recurring engineering (NRE) or shipping costs shall be built into the prices of the units. There will NOT be separate CLINs for NRE or shipping. 3. 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. 4. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 5. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at�https://acquisition.gov. 6. Offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. 7. This requirement contains drawings and parts lists that are designated as Distribution Statement D; therefore, they are export controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. In order to obtain access to the drawings and parts lists, the offeror�s JCP Custodian shall email michelle.e.weigert.civ@us.navy.mil and include the RFQ number, company name, CAGE code and copy of Form 2345. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawing will be sent to the JCP Custodian via DoD SAFE. 8. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before�XXX�at 02:00 PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. The following FAR clauses and provisions apply to this solicitation: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.211-15 Defense Priority And Allocation Requirements 52.219-28 Post-Award Small Business Program Rerepresentation 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.243-1 Changes--Fixed Price 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product 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 DEC 2019 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 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.211-7008 Use of Government-Assigned Serial Numbers 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048 Export-Controlled Items 252.231-7000 Supplemental Cost Principles 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation: 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 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.227-7017 Identification and Assertion Of Use, Release, Or Disclosure Restrictions 252.227-7037 Validation of Restrictive Markings on Technical Data 252.246-7008 Sources of Electronic Parts 252.211-7003, Item Identification and Valuation. 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc4511d3aaeb46098e1f18e0d44eec33/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06980144-F 20240301/240228230058 (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 |