Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOLICITATION NOTICE

68 -- Tungsten Powder

Notice Date
3/7/2024 12:42:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
SUP OF SHIPBUILDING CONV AND REPAIR NEWPORT NEWS VA 23607-2787 USA
 
ZIP Code
23607-2787
 
Solicitation Number
N6279324Q0001
 
Response Due
3/21/2024 9:30:00 AM
 
Archive Date
04/05/2024
 
Point of Contact
Maria Wiatt, Phone: 7576889128, Fax: 7576880912, Roger Ash, Phone: 757-810-2752
 
E-Mail Address
maria.l.wiatt.civ@us.navy.mil, roger.j.ash.civ@us.navy.mil
(maria.l.wiatt.civ@us.navy.mil, roger.j.ash.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� The solicitation number for this procurement is N62793-24-Q-0001. �Quotes are being requested in accordance with the information provided in this notice and a written solicitation will not be issued.� This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-03 and Defense Federal Acquisition Regulation Supplement Change Notice 01/22/2024.� The North American Industry Classification System (NAICS) code is 325180-Other Basic Inorganic Chemical Manufacturing with a small business size standard of 1000.� This acquisition is 100% Small Business Set-Aside and only qualified sellers may submit bids.� This is a Firm Fixed Price procurement and will be procured using commercial item procedures.� The technical expert will evaluate the quotes based on information furnished by the offeror and specifications provided.� This request for quote (RFQ) is a requirement for 51,568 pounds of Raw Tungsten Powder with particle size 5-10 UM. The current versions of the following clauses and provisions are hereby incorporated in this contract:� FAR 52.202-1, Definitions, FAR 52.203-5, Covenant Against Contingent Fees, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.203-7, Anti-Kickback Procedures, FAR 52.204-12, Unique Entity Identifier Maintenance, FAR 52.204-13, System for Award Management Maintenance, FAR 52.204-19, Incorporated by Reference of Representations and Certifications, FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities, 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 52.204-26, Covered Telecommunications Equipment or Services-Representation, FAR 52.204-27 Prohibition on a Byte Dance Covered Application, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, FAR 52.212-2, Evaluation�Commercial Products�and�Commercial Services, FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-28, Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies, FAR 52.222-26 Equal Opportunity, FAR 52.222-35, Equal Opportunities for Veterans, FAR 52.222-36, Equal Opportunities for Workers with Disabilities, FAR 52.222-37, Employment Reports on Veterans, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-1, Buy American Act-Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-1, Payments, FAR 52.232-33, Payment by�Electronic Funds Transfer-System for Award Management, FAR 52.232-39, Unenforceability of Unauthorized Obligations, FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law or Breach of Contract Claim, FAR 52.243-1, Changes�Fixed Price, FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services, FAR 52.246-16, Responsibility for Supplies, FAR 52.252-2, Clauses Incorporated by Reference, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Services, DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7006, Billing Instructions-Cost Vouchers, DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.225-7048, Export-Controlled Items, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006, Wide Area Workflow Payment Instructions, DFARS 252.232-7010, Levies On Contract Payments, DFARS 252.247-7023, Transportation of Supplies by Sea. All current versions of provisions and clauses may be accessed electronically at https://www.acquisition.gov/content/regulations and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html . The offeror�s quote shall contain the following information: Solicitation number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all solicitation amendments (if applicable).� The offer shall also contain all other documentation specified herein.� Late offers:� Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award:� Award selection will be based on Lowest Price Technically Acceptable (LPTA).� IAW FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the Government will award a purchase order resulting from this solicitation once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: �All quotes shall be marked with the Solicitation Number, Date and Time, and submitted to Maria Wiatt, Contract specialist at maria.l.wiatt.civ@us.navy.mil.� Electronic mail quotes are the only accepted submission.� Any questions regarding this solicitation shall be submitted in writing via email to: maria.l.wiatt.civ@us.navy.mil . No questions will be addressed via telephone.� All deadlines or references to time for this solicitation will be due based on the Eastern Time zone.� Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offer.� Note:� All offerors shall be registered in www.SAM.Gov at https://sam.gov/content/home before being considered for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d420b8ad1a794f8ea63da16acc62401f/view)
 
Place of Performance
Address: Newport News, VA 23607, USA
Zip Code: 23607
Country: USA
 
Record
SN06989953-F 20240309/240307230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.