SOLICITATION NOTICE
61 -- Weapons Cable
- Notice Date
- 2/15/2022 1:02:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-22-Q-0240
- Response Due
- 2/18/2022 2:00:00 PM
- Archive Date
- 03/05/2022
- Point of Contact
- Stephanie A Smyth, Phone: 4018326964, Fax: 4018414820
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.� This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. �Request for Quote (RFQ) Number is N66604-22-Q-0240.� The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for weapon cable in accordance with the specifications outlined in the Critical Item Product Fabrication Specification document (Attachment 1) and Request for Variation document (Attachment 2).� Line Item: CLIN 0001; Description: Weapon Cable; Quantity:� �5,500 feet This action is being processed on a 100% small business set-aside basis under the applicable North American Industry Classification Systems (NAICS) code 335999. The Small Business Size Standard is 500 employees.� Quotations shall include ALL costs (including shipping) in the total price.� PLEASE NOTE: There will not be separate Contract Line Item Numbers (CLINS) for shipping and/or any additional costs.� Any additional costs (i.e. shipping, UID costs) shall be incorporated into the unit price of the applicable item.��� Delivery Date Required: 26 weeks after date of award� F.O.B. Destination: Newport, RI, 02841-1708� 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 (Attachment #3) 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 Felony under any Federal Law� FAR 52.212-1, Instructions to Offerors- Commercial Items� FAR 52.212-2 Evaluation � Commercial Items� FAR 52.212-3, 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 52.246-15, Certificate of Conformance� 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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support� DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements� DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements� DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION� DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations� DFARS 252.246-7008, Sources of Electronic Parts� The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. � The Government�s preferred method of payment is Government Credit Card. If a surcharge is applicable, payment may be made via Wide Area Workflow (WAWF).�� The offeror shall include any applicable surcharge in the quoted price.� Additional terms and conditions:� FIRST ARTICLE TESTING NOT REQUIRED FOR THIS PURCHASE; please disregard instruction in Attachment 1 regarding first article testing.� A Certificate of Conformance in accordance with FAR 52.246-15 shall be required to accompany the delivery of the entire lot of cable.� � Defense Priorities and Allocations System (DPAS) rating is DO-C9.� Section 508: Cables are exempt from 508 requirements, therefore 508 is NOT applicable.� � 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. 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 shall: � Quote the required items in the required quantities in accordance with the minimum specifications listed in the Critical Item Product Fabrication�Specification document (Attachment (1) and the Request for Variation document (Attachment (2));� Cables must be delivered to meet the required delivery date of 26 weeks after the award.� � The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative past performance information may render a quote technically unacceptable. �Offerors shall include price, payment terms (CC or WAWF), the aforementioned required delivery terms, and the following additional information with submissions:�� o Offeror Point of Contact (including phone number and email address);� o Offeror CAGE Code; and� o Offeror DUNs number.� Quotes shall be submitted electronically via email and must be received on or before Friday, 18, February 2022 at 5:00PM 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 Stephanie Smyth at Stephanie.a.smyth@navy.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d8dc01a25e234613801c05d181bcbc60/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06243433-F 20220217/220215230115 (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 |