SOLICITATION NOTICE
59 -- Sole Source - Electrical Feedthrough Seal Connectors
- Notice Date
- 2/6/2024 3:16:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0164
- Response Due
- 2/9/2024 8:00:00 AM
- Archive Date
- 02/24/2024
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.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 �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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660424Q0164. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Pave Technology on a Sole Source basis in accordance with FAR 13-106-1(b) for electrical feedthrough (seal) connectors as part of the DT-100 HFSA Module . �Pave Technology is the only known manufacturer and sole distributor of the electrical feedthrough (seal) connectors. � CLIN 0001 Base Year - SP8M-E-150-1-STFO-13LC, Part No. 3740, Qty 180 CLIN 0002 Base Year - SP8L-E-150-9-TZ22-70cm-70cm, Part No. 0597-4, Qty 60 CLIN 0003 Shipping for CLIN 0001-0002 CLIN 0004 Option Yr 1 - SP8M-E-150-1-STFO-13LC, Part No. 3740, Qty 180 CLIN 0005 Option Yr 1 - SP8L-E-150-9-TZ22-70cm-70cm, Part No. 0597-4, Qty 60 CLIN 0006 Shipping for CLIN 0004-0005 CLIN 0007 Option Yr 2 - SP8M-E-150-1-STFO-13LC, Part No. 3740, Qty 180 CLIN 0008 Option Yr 2 - SP8L-E-150-9-TZ22-70cm-70cm, Part No. 0597-4, Qty 60 CLIN 0009 Shipping for CLIN 0007-0008 The Government�s platform design team selected PAVE Fiber Optic and Electrical Feedthrough connectors for their unique pressure rated bi-directional capability. No other manufacturer has the expertise to make this part without investing in significant non-recurring engineering costs.�� The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.�� Required delivery is as follows: Base Year, 98 days ADC Option Year 1, 12 months after ADC Option Year 2, 24 months after ADC This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 339991. The Small Business Size Standard is 600 Employees.� Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� The following clauses and provisions apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; 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 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.�; 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 252.213-7000, �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.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause.�� Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).�� This solicitation requires an active 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.� For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac7f19e6198545dcbd2148e9caa893ed/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06956748-F 20240208/240206230048 (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 |