SOLICITATION NOTICE
40 -- 145,000 lbf M.B.S. Mooring Line
- Notice Date
- 3/8/2022 8:10:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314994
— Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N660422Q0234
- Response Due
- 3/22/2022 11:00:00 AM
- Archive Date
- 04/06/2022
- Point of Contact
- Kristin Amarant, Phone: 401-832-2606
- E-Mail Address
-
kristin.d.amarant.civ@us.navy.mil
(kristin.d.amarant.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Naval Undersea Warfare Center Division Newport N66604-22-Q-0234 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). �Request for Quote (RFQ) number is N66604-22-Q-0234 This procurement is being solicited as a total Small Business set-aside under NAICS Code �314994: �Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for of 145,000 lbf Minimum breaking strength (M.B.S.) Mooring line, 3600 feet, to support long-term test events at the Seneca Lake Sonar Test Facility in Dresden, NY as follows: CLIN 0001 ����145,000 lbf M.B.S. Mooring Line The Minimum Requirements are as follows: Minimum Breaking Strength: ����������������������� 145,000 lbs. Maximum Diameter: ������������������������������������ 1.5 inches Minimum Continuous Length:���������������������� 1200 feet Total Length Required: ��������������������������������� 3600 feet Specific Gravity:�������������������������������������������� < .99 Water Absorption: ���������������������������������������� < 2% Required Delivery is four (4) weeks after award.� The Offeror shall include shipping charges, if applicable, and specify delivery lead times in its quote. Delivery location is: SENECA LAKE SONAR TEST FACILITY 50 MAIN STREET DRESDEN, NY 14441 Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation: 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 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.� 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 2.212-4, �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.� 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.� 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, 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.� DFARS 252.225-7031, �Secondary Arab Boycott of Israel.� 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Additionally, offerors shall review, complete and submit Attachment 1 � �52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� with their offers. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. This solicitation requires registration within 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 items specified, in the required quantities, in accordance with Minimum Specifications. Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, shipping costs (if applicable) and the following additional information with submissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and offeror DUNS. Quotes shall be submitted electronically to Kristin.d.amarant.civ@us.navy.mil and must be received on or before Tuesday, 22 March 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Kristin Amarant at Kristin.d.amarant.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56c14548bea7465b966301061ad93f58/view)
- Place of Performance
- Address: Dresden, NY 14441, USA
- Zip Code: 14441
- Country: USA
- Zip Code: 14441
- Record
- SN06260480-F 20220310/220308230102 (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 |