Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

49 -- Instrument Capable Fuel Valve Assembly

Notice Date
6/19/2020 8:44:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660420Q8212
 
Response Due
6/26/2020 11:00:00 AM
 
Archive Date
07/11/2020
 
Point of Contact
Chelsea A. Isherwood, Phone: 4018324381, Adrienne M. Gregor, Phone: 4018328635
 
E-Mail Address
chelsea.isherwood@navy.mil, adrienne.gregor1@navy.mil
(chelsea.isherwood@navy.mil, adrienne.gregor1@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 in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-20-Q-8212. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to a Fuel Valve on a Brand Name, no substitutions allowed, Firm Fixed Price (FFP) Basis, as follows: CLIN:������������� Description/Title���������������������������������������������������������� Quantity 0001�������������� Valve Assembly, Fuel, Instrument Capable�������� �94 each ����������������������� Parker Part #: XG1238 ����������������������� In accordance with Drawing #: 8667483 Delivery 8 weeks ARO, F.O.B. Destination to Newport, RI 02841. In order to access the aforementioned drawings, the company must be registered in the Joint Certification Program (JCP). If the offeror requires the drawings, a request must be submitted to Chelsea Isherwood (see contact information below) via e-mail from the POC listed in JCP, the Authorized Company Contact, as list on the Joint Certification Program (JCP) website: http//www.dlis.dla.mil/jcp/search.aspx. For more information regarding JCP registration, go to: http://public.logisticsinformationservice.dla.mil/jcp/Default.aspx. This requirement is being solicited as a 100% Small Business set-aside requirement under North American Industry Classification System (NAICS) Code 332912, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,000 employees. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must provide the Brand Name specification items required by this solicitation, no substitutions allowed, as specified requirements in the attached Brand Name Specification (2) the offeror must quote the items specified, in their required quantities in accordance with Drawing 8667483 specifications (3) the offeror must provide the items by the required Delivery Date; and (4) 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 acceptable. Incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-101.� The provision at FAR 52.209.11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and FAR 52.212-1, Instruction to Offerors � Commercial Items applies to this solicitation.� The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representation and Certification � 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.� DFARS Clauses 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, and 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.�� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System (""DPAS"") rating of DO-C9 applies If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. The offeror shall state the payment method in the quotation. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Chelsea Isherwood at chelsea.isherwood@navy.mil and must be received on or before Friday 26 June 2020 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Chelsea Isherwood at email: chelsea.isherwood@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/296ff4b99f4f4630b3a2be1d16a00b99/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05697196-F 20200621/200622142805 (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.