SOLICITATION NOTICE
59 -- Parts for FBG Antenna - Distribution D Drawings - N66604-19-Q-0105 Parts List
- Notice Date
- 10/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332721
— Precision Turned Product Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-19-Q-0105
- Point of Contact
- Jessica Kirtlink, Phone: 401-832-3853, Debra Dube, Phone: 401-832-2281
- E-Mail Address
-
jessica.kirtlink@navy.mil, debra.dube@navy.mil
(jessica.kirtlink@navy.mil, debra.dube@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- N66604-19-Q-0105 Parts List This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 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. Request for Quotation (RFQ) number is N66604-19-Q-0105. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking Firm Fixed Price (FFP) quotes for various antenna parts, as detailed in the attached file "N66604-19-Q-0105 Parts List" and the attached Distribution D drawings. The drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DoD and U.S. 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. Upon RFQ issuance, please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings, your account in FBO needs to reflect your JCP certification. The drawings are uploaded to the site as an attachment with limited access by JCP certified companies only. This requirement is being solicited as a 100% Small Business Set Aside under North American Industry Classification System ("NAICS") Code 332721 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 500 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, applies to this solicitation. Clause 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors, applies to this solicitation. Clause 252.246-7008, Sources of Electronic Parts, applies to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide items in the specified quantity in accordance with the attached drawings; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS (formerly known as PPIRS-SR) may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9. Method of payment will be through Wide Area Workflow (WAWF). Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Offerors must be registered in System for Award Management (SAM). Registration information can be found at https://www.sam.gov. Delivery is F.O.B. Destination, Naval Station Newport, RI 02841. Offerors shall include shipping charges, if applicable, and specify delivery lead time on quotes. Offerors shall include price, point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. Please provide a quote no later than Monday, October 29, 2018 at 1400 Eastern to jessica.kirtlink@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-0105/listing.html)
- Place of Performance
- Address: 1176 Howell Street, Newport, Rhode Island, 02841-1708, United States
- Zip Code: 02841-1708
- Zip Code: 02841-1708
- Record
- SN05129690-W 20181021/181019230359-957e43266a31f7610e2c7946c11e043c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |