SOLICITATION NOTICE
61 -- Defient Motor Magnetics
- Notice Date
- 6/25/2020 5:43:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8398
- Response Due
- 6/30/2020 11:00:00 AM
- Archive Date
- 07/15/2020
- Point of Contact
- Alexander Sasso, Phone: 4018325102
- E-Mail Address
-
alexander.sasso@navy.mil
(alexander.sasso@navy.mil)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.� This is a combined synopsis and solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued.� Request for Quotation (RFQ) number is N66604-20-Q-0253. This requirement is being solicited as Unrestricted under the North American Industry Classification System (NAICS) Code 541330 as concurred with by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP).� The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the fabrication of a set of magnetics (stator and rotor) for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT).� Services must be provided in accordance with Attachment #1, Statement of Work.� CLIN�������������� DESCRIPTION���������������������������������������������������������������������� ���� QUANTITY CLIN 0001����� Motor Fabrication, Testing and Tooling ������������������ ����������� ����������� 4 Delivery shall occur no later than 30 July 2021. F.O.B. Destination, Naval Station Newport, RI 02841 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. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.� In order to be determined technically acceptable the offeror must quote on all line items for the specified services in accordance with the attached Statement of Work (SOW) and its enclosures. The Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk Systems (SPRS)) may render a quote being deemed technically unacceptable.� Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. 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. The Government's preferred payment method is via Wide Area Workflow (WAWF).� The offeror shall state the payment method in the quotation.� The Government intends to make payment in arrears upon completion of each year�s duration. NOTE: Upon request, if documented in the quote, the payment in arrears can be divided into 12 monthly installments for each year�s duration.� If the divided amounts do not round evenly, they will be rounded down to the nearest penny. Offerors shall include price, delivery terms, and the following additional information with submissions; point of contact (including telephone number and email address), contractor CAGE code, and contractor DUNS number. Offers must be emailed directly to Alexander Sasso at alexander.sasso@navy.mil.� Offers must be received by 1400 on Thursday 18 June 2020.� Offers received after this date and time will not be considered for award.� For questions regarding this acquisition, contact Alexander Sasso at alexander.sasso@navy.mil. Attachments: - Statement of Work - Contract Data Requirements List - Drawings and Specifications AMENDMENT 0001: The purpose of Amendment 0001 is to provide answers to the following questions submitted via email (See Q&A Attachment). AMENDMENT 0002: The purpose of Amendment 0002 is to extend the solicitation closing date�as sufficient competition was not recieved to date.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a9696f21e3904e9d9b4fd8c4c25f9b44/view)
- Record
- SN05703508-F 20200627/200625230154 (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 |