SOLICITATION NOTICE
93 -- Lip Seals
- Notice Date
- 2/23/2024 8:55:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326291
— Rubber Product Manufacturing for Mechanical Use
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0238
- Response Due
- 3/1/2024 11:00:00 AM
- Archive Date
- 03/16/2024
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.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 supplies 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. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0238. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 326291. The applicable size standard is 750 employees. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Code 45 has a requirement for a Firm Fixed Price (FFP) purchase order for the following Parker-Hannifin items on a Brand Name Specification basis, no substitutions allowed: CLIN 0001: First Article Inspection (FAI) report, in accordance with CDRL A001 and drawing package JCM-16664_REV D.; Quantity of one (1) lot. CLIN 0002: Quantity of one thousand four hundred and seventy two (1472) Lip Seal Assemblies in accordance with the attached drawing package JCM-16664_REV D. There shall be no more than 25 lip seals per box, individually packaged. The Certificate of Compliance for the Lip Seals shall be submitted to NUWCDIVNPT and included with the delivery of the Lip Seals; one Certificate of Compliance for all units, in accordance with CDRL A002. Certificate of Compliance shall include material validation/certification documentation for all parts used in the buildup of the Lip Seals; this shall include material certification data IAW drawing JCM-16664 note 5; note 7 requirement for the use of Henkel Loctite Super Glue can be substituted with PACER RX-500 CA. CLIN 0003: Data in accordance with the attached Contract Data Requirements List, not separately priced (NSP). Shipping will be FOB Destination to Newport, RI 02841. Please include any applicable shipping charges. This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to franklin.k.patton2.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site. *Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE or approved in SAM.Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41, Service Contract Labor Standards FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 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 DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 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 252.246-7008, 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. The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable: (1) The offeror must provide the Brand Name specified items required, in the required quantities, no substitutions allowed; (2) Offerors shall provide proof that the items are shipped from the US; (3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re?procurement cost. All products must be received in original, undamaged, unaltered packaged condition as produced by the Original Equipment Manufacturer. All labels and text must be clearly visible, inclusive of any QR or other codes upon the packaging. Grey market items will not be accepted. Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. The Government�s method of payment is via Wide Area Workflow (WAWF). Please provide a quote no later than Friday, March 01, 2023 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf0f00fbb6314fedb397705bce508f94/view)
- Record
- SN06975777-F 20240225/240223230045 (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 |