SOLICITATION NOTICE
59 -- Cartridge Heaters
- Notice Date
- 5/4/2020 9:21:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660420Q8101
- Response Due
- 5/12/2020 11:00:00 AM
- Archive Date
- 05/27/2020
- Point of Contact
- Gina Proske
- E-Mail Address
-
gina.proske@navy.mil
(gina.proske@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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.� This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� Request for Quotation (RFQ) number is N66604-20-Q-8101. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the following items: CLIN 0001 � Quantity Twenty-Two (22) Each; Chromalox Cartridge Heater, P/N MXEN05N4256 CLIN 0002 � Quantity Twenty-Two (22) Each; Chromalox Cartridge Heater, P/N MXEN05N4239 CLIN 0003 � Quantity Sixty-Six (66) Each; Chromalox Cartridge Heater, P/N MXEN05N4255 CLIN 0004 � Shipping charges, if applicable Required delivery terms are F.O.B. Destination; Naval Station Newport, RI. The North American Industry Classification System (NAICS) Code for this acquisition is 333414.� The Small Business Size Standard is 500 employees. This procurement is being competed as a total small business set aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable: (1) the offeror must quote the required items, no substitutions, in the required quantities; (2) refurbished or used items are unacceptable; and (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. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: 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 DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. In accordance with DFARS 252.211-7003 �Item Identification and Valuation� if the unit prices proposed exceeds $5,000; UID tags are required and payment will be via Wide Area Workflow (WAWF).� If UID does not apply then the Government's preferred payment method is via credit card (Mastercard).� IF THE VENDOR CANNOT ACCEPT CREDIT CARD, THIS INFORMATION MUST BE CLEARLY CONVEYED IN THE QUOTE. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.� This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/SAM/ Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number. Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/affa9de7282d40c9bc55576ad474549a/view)
- Record
- SN05644868-F 20200506/200504230153 (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 |