SOLICITATION NOTICE
53 -- Machine Screws
- Notice Date
- 2/3/2025 6:34:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660425Q0186
- Response Due
- 2/14/2025 11:00:00 AM
- Archive Date
- 03/01/2025
- Point of Contact
- Amy Prisco, Phone: 4018328503
- E-Mail Address
-
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
- Description
- N66604-25-Q-0186-0002 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. Amended Request for Quote (RFQ) number is N66604-25-Q-0186-0002. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC). This requirement is being solicited on an unrestricted basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 332710 � Machine Shop. The Small Business Size Standard is 500 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis machined screws in accordance with the attached SOW, drawings and applicable documents provided as attachments to this notice. *In addition to attachments found herein, this requirement contains a drawing with parts list that is designated as Distribution Statement D/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 drawing. In order to obtain access to the drawing, the offeror�s JCP Custodian shall email amy.k.prisco.civ@us.navy.mil and attach a copy of the company�s DD2345. The request must be sent by the JCP Custodian; the drawing and parts list 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. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001, Quantity 500, Machine Screws, Part #: 7344987-2, made in accordance with (IAW) the Applicable Document CLIN 0002, Quantity 250, Machine Screws, Part #: 7344987-3, made in accordance with (IAW) the Applicable Document CLIN 0003, Quantity 250, Machine Screws, Part #: 7344987-4, made in accordance with (IAW) the Applicable Document CLIN 0004, Quantity 350, Machine Screws, Part #: 7344987-5, made in accordance with (IAW) the Applicable Document CLIN 0005, Quantity 250, Machine Screws, Part #: 7344987-7, made in accordance with (IAW) the Applicable Document CLIN 0006*: DATA, Not separately priced, Qty: 1 lot Delivery: FOB destination NUWCDIVNPT Newport, RI Delivery date: Quote best delivery date for production Offerors shall provide information and documentation in detail to clearly identify its overall qualifications. The Government will award the order based on its evaluation of each Offeror's understanding of the Government's requirements and ability to perform the work on the basis of its quote. Award will be made on a Lowest Price Technically Acceptable basis. To be considered technically acceptable, the Offeror must address the below factors. (1) Quote delivery lead time for both first article and production units (2) Price Additional terms and conditions: 1. Contractor MUST have an active registration in SAM at the time of quote submission. 2. 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. 3. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 4. 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. 5. 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 90 days from due date for receipt of offers. 6. Quotes shall be submitted electronically via email to Amy Prisco at Amy.k.prisco.civ@us.navy.mil and must be received on or before 14 February 2025 at 02:00 PM Eastern Time (ET). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy Prisco at Amy.k.prisco.civ@us.navy.mil. 7. The Government may consider past performance information contained in the Supplier Performance Risk System (SPRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government may use other information such as the Contractor Performance Assessment Reporting System (CPARS) or other data available from Government sources to evaluate an Offeror�s past performance. The following FAR clauses and provisions apply to this solicitation: 52.209-4, First Article Approval- Government Testing (Sept 1989) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); 52.212-1, Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018); 52.212-2, Evaluation � Commercial Items; 52.212-3, Offeror Representations and Certifications � Commercial Items; 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-28, Post Award Small Business Program Representation (Nov 2020); 52.222-3, Convict Labor (June 2003); 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 (Oct 2020); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.222-50, Combating Trafficking in Persons (Oct 2020); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities 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 252.227-7037 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) Attachments: Attach 1: CDRLS Attach 2: RFQ N66604-25-Q-0186-0002
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9aeecd9cb1cc4f70bf724592cf5bac46/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07331017-F 20250205/250203230047 (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 |