SOLICITATION NOTICE
58 -- Azimuth Positioner and Controller
- Notice Date
- 1/25/2022 9:27:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-22-Q-0150
- Response Due
- 2/4/2022 1:00:00 PM
- Archive Date
- 02/19/2022
- Point of Contact
- Brittni Harvey
- E-Mail Address
-
brittni.a.harvey.civ@us.navy.mil
(brittni.a.harvey.civ@us.navy.mil)
- Description
- N66604-22-Q-0150 Combined Synopsis/Solicitation 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 solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-21-Q-0150. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for Orbit Advanced Technologies Inc.�s Azimuth Positioner and Controller as specified in the attached document. **See attached document for requirement description table** This requirement will be awarded to Orbit Advanced Technologies, Inc. on a sole source basis as concurred with by NUWCDIVNPT�s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 334220; the Small Business Size Standard is 1,250 employees. F.O.B. Destination: Dresden, NY, 14441. The required delivery date is sixteen (16) weeks after acceptance of order, or sooner. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 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; FAR 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support and DFARS 252.246-7008, Sources of Electronic Parts. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Payment will be made via Wide Area Workflow (WAWF). 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 offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Questions and offers must be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil. The quote must be received on or before Friday, February 4th, 2022 at 04:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71087625c8d443ecabf2e09724fd8feb/view)
- Record
- SN06224102-F 20220127/220125230108 (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 |