Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SOLICITATION NOTICE

62 -- Bridge Light

Notice Date
9/17/2024 8:23:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335132 —
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0622
 
Response Due
9/19/2024 11:00:00 AM
 
Archive Date
10/04/2024
 
Point of Contact
Gina Proske
 
E-Mail Address
gina.m.proske.civ@us.navy.mil
(gina.m.proske.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Amendment 1 is issued to add attachment�N6660424Q0622 Contract Data Requirements List (CDRL).� ------------------------------------------------------------------------------------------------------------------------ This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0622. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) order on a sole source basis to Research and Development Solutions Incorporated (RDSI) (CAGE 0KW95) for the Contract Line Items (CLIN) as listed in Section B of this solicitation, no substitutions. The sole source decision is based on that RDSI is the original equipment manufacturer of these items and is the only source with the technical knowledge to manufacture them to meet the Government�s mission driven schedule requirements and without substantial duplication of cost. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This requirement is being solicited as a sole source requirement under North American Industry Classification System (NAICS) code is 335132 �Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing�, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The Small Business Size Standard is 600 employees. For the purposes of quoting to this opportunity, the CLIN structure is identified below: CLIN 0001: Quantity forty-five (45) Bridge Light, Light Mitigation Kits (LMK) part number LMK PN 2104 Rev -1 CLIN 0002: Quantity forty-five (45) Bridge Light, Task Lighting Kit (TLK) part number TLK-R PN 2105 Rev � (each Task Light Kit (TLK) consists of three (3) Task Light Fixtures (TLF)� part number TLF-21050000-G) CLIN 0003: Quantity forty-five (45) Bridge Light, Rigid Filters (RF) Kits, including cutting services, part number RF PN 21040010-KIT Rev � (each Rigid Filter (RF) Kit consists of twelve (12) individual Rigid Filters, part number RF PN 21040010 Rev -) CLIN 0004: Data provided in accordance with Contract Data Requirements List (CDRL), DD Form 1423 and Addendum, Included as Exhibit A. NOT SEPARATELY PRICED� Delivery: FOB destination NUWCDIVNPT Newport, RI Offeror should include proposed delivery schedule with quote Quotes shall be submitted electronically via email. All questions concerning this procurement, either technical or contractual, must be submitted electronically via email to the following point of contact: Gina Proske, gina.m.proske.civ@us.navy.mil The Offeror shall submit quoted prices for FFP Line Items in Section B, and provide any backup data to support the pricing proposed. Backup supporting documentation could include, but is not limited to: (1) Labor Hours and Categories: Provide a breakdown of all proposed labor categories and corresponding hours. (2) Labor Rates: Provide unburdened direct hourly labor rates for each labor category proposed along with explanation of the basis for the proposed hourly rates. If proposed direct labor rates are based on actual hourly labor rates provide supporting payroll journals. Identify any judgmental factors applied and the mathematical or other methods used in the estimate. Identify any contingencies used by the offeror in the proposal. (3) Indirect Costs: The proposal shall provide data on all indirect rates (i.e., overhead, general and administrative, material handling, etc.) proposed on labor and parts/material, including beginning and end dates of the period covered by the rate(s) and composite rate calculations, if any. The bases to which the rates are applied shall be clearly identified. In addition, provide supporting information including DCAA/DCMA audit materials, projections, or calculations that support the indirect rates, or any other relevant substantiating information. (4) Profit: Identify the proposed profit and specify the breakdown of the profit applied to the costs proposed under this solicitation. The Contracting Officer is required to use the Weighted Guidelines Method described in DFARS 215.404-4 for performing a profit analysis for this requirement. The Government requests L3 present the details of its proposed profit amount in the format (DD Form 1547) and detail described in DFARS 215.404-4. L3 should provide factual and substantive information for the Government's consideration in assigning weights and values. (5) Facilities Capital Cost of Money (FCCOM): If L3 proposed FCCOM, full supporting data on DD Form 1861 must also be provided. (6) Other: Any other applicable data to support the basis of the proposed prices. Quotes shall include price, delivery terms, delivery schedule, and the following additional information: point of contact (including phone number and email address), contractor CAGE code, and contractor Unique Entity Identification (UEI). Quotes should include a validity date of no less than ninety (90) days from due date for receipt of offers. Additional terms and conditions: Offerors are required to be registered in System for Award Management (SAM) at the time a quotation is submitted in order to comply with the annual representations and certifications requirements. Instructions for registration are available at (https://www.sam.gov/portal/public/SAM/). See FAR 4.1102 and Clause 52.204-7. Any non-recurring engineering (NRE) or shipping costs shall be built into the prices of the units. There will NOT be separate CLIN for NRE or shipping. 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�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) rating is DO-C9. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov. The following FAR clauses and provisions apply to this solicitation: 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-11 Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018) 52.212-2 Evaluation � Commercial Items 52.212-3 Offeror Representations and Certifications � Commercial Items 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (E.O.11246) 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases The following DFARS clauses apply to this solicitation: 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements 252.204-7020 NIST SP 800-171 DOD Assessment Requirements 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.227-7015 Technical Data � Commercial Products and Commercial Services 252.227-7017 Identification and Assertion of Use, Release, Or Disclosure Restrictions 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government 252.227-7030 Technical Data--Withholding Of Payment 252.227-7037 Validation of Restrictive Markings on Technical Data 252.246-7008 Sources of Electronic Parts 252.211-7003 Item Unique Identification and Valuation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/83aaf5513449434fb45a713db98d9256/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN07214763-F 20240919/240917230119 (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.