Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2020 SAM #6610
SOLICITATION NOTICE

13 -- MK 152 Base and Fuze Adapters

Notice Date
1/2/2020 11:48:43 AM
 
Notice Type
Presolicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420Q0015
 
Response Due
1/15/2020 9:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
Marlene Ridgell, Fax: 3017446632
 
E-Mail Address
marlene.ridgell@navy.mil
(marlene.ridgell@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined solicitation�synopsis in accordance with FAR 5.201.� This synopsis is prepared in accordance with guidance in FAR 5.207, and is prepared for the purpose of notifying potential offerors of a Firm Fixed Priced solicitation for supplies in support of the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWCIHEODTD).� The Request for Quote (RFQ) N0017420Q0015 will be the only written solicitation which will be issued, unless amended.� This requirement is 100% SMALL BUSINESS SET-ASIDE.� The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) has a requirement for -Base Adapters quantity 3,500 -Fuze Adapters quantity 3,500 Include in pricing (all shipping should be FOB Destination) Shipping to: Naval Surface Warfare Center IHEODTD Indian Head, MD 20640 The North American Industry Classification System (NAICS) code is 326199. The SB size standard for this code is 500 Employees 52.247-34, FOB Destination; 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).� 52.222-50, Combatting Trafficking in Persons (Mar 2015). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).� 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). 52.233-3, Protest After Award (Aug 1996). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011).� 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013).� 252.204-7003, Control of Government Work Product (Apr 1992).� 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation) 2016-O0001) (Oct 2015). 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation) 2016-O0001) (Oct 2015). 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014).� 252.225-7048, Export Controlled Items (Jun 2013). 252.232-7010, Levies on Contract Payments (Dec 2006).� 252.247-7023, Transportation of Supplies by Sea (Apr 2014).� This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint� Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing. Solicitations are ONLY available through download from SAM Beta at https://beta.sam.gov/.� * All offerors must be registered in DOD's SAM (System Administrative Management www.sam.gov) with completed and up to date representations and certifications for the NAICS code provided in this synopsis within Online Representations and Certifications Application (ORCA at http://www.orca.bpn.gov).� Offer should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICAPBLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Failure to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration. To request the drawings you will need to provide your ITAR certification records and request to Marlene Ridgell at marlene.ridgell@navy.mil.� Points of Contact: Marlene Ridgell, Civ marlene.ridgell@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/84d74a9a65cb4100abdc742f1ebaecbb/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05525931-F 20200104/200102230144 (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.