Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOLICITATION NOTICE

95 -- Suspension Shaft

Notice Date
3/8/2024 12:20:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0294
 
Response Due
3/15/2024 11:00:00 AM
 
Archive Date
03/30/2024
 
Point of Contact
Franklin Patton, Phone: 4018326525
 
E-Mail Address
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
 
Description
Amendment 001:�The purpose of this amendment is to re-post this solicitation as full-and-open competition. The new solicitation closing date is 15 March, 2024. This is a combined synopsis and solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0294. This requirement is being solicited as full and open competition. The North American Industry Classification System (NAICS) Code for this acquisition is 332322. The applicable size standard is 500 employees. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Code 45 has a requirement for a Firm Fixed Price (FFP) purchase order for the following: CLIN 0001: Quantity of one (1) Suspension Shaft in accordance with the attached drawing package ACF 30000. Shipping will be FOB Destination to Newport, RI 02841. Please include any applicable shipping charges. This requirement contains drawings that are designated Distribution D; therefore, they are export controlled. To access the Government documents, the Offeror must possess a valid Joint Certification Program (JCP) certification. To obtain a copy of the drawings, the JCP custodian shall submit a request to franklin.k.patton2.civ@us.navy.mil to verify certification status. Email title shall be�N6660424Q0294 Drawing Access Request�. Email body shall contain company name, CAGE code and valid SF 2345, and shall be sent from the JCP custodian. Additionally, in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. FAR 52.204-19, Incorporation by Reference of Representations and Certifications; 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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; FAR 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41, Service Contract Labor Standards FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 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 252.246-7008, Sources of Electronic Parts 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. The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable:� (1) The offeror must provide the item required, in the required quantity; (2) Offerors shall provide proof that the items are shipped from the US; (3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. The Government�s method of payment is via Wide Area Workflow (WAWF). Please provide a quote no later than Friday, March 15, 2024 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/336d62f4d6f2461c8334336beeec6cda/view)
 
Record
SN06991232-F 20240310/240308230110 (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.