Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
SOLICITATION NOTICE

66 -- Cable Testing

Notice Date
1/14/2025 11:33:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0045
 
Response Due
1/21/2025 11:00:00 AM
 
Archive Date
02/05/2025
 
Point of Contact
Michelle Weigert, Phone: 4018322811
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.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 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660425Q0045. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 541330 � Engineering Services. The Small Business Size Standard is $25.5 Million. The Product Supply Code (PSC) is 6635 - Physical Properties Testing & Inspection. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order for Cable Testing in accordance with (IAW) the attached Statement of Work (SOW). For the purposes of quoting this opportunity, the Contract Line Item Number (CLIN) structure is as follows: CLIN 0001 � MIL-DTL-24643 (see attachment 2) Compliance Testing Services for Cables to be provided by the Government (see attachment 3) IAW SOW (see attachment 1) Qty 1 Job CLIN 0002 � DATA in accordance with Exhibit A Contract Data Requirements List (see attachment 4) Qty 1 Lot � Not separately priced (NSP) FOB Destination: Newport, RI Delivery Date: Please quote best delivery date/lead time after receiving the cables from the Government The Government intends to award a single FFP purchase order to the eligible and responsible offeror on a Lowest Price Technically Acceptable basis. To be considered technically acceptable the quote must: 1. Quote exact parts, quantities and terms specified. 2. The Government will consider Past Performance information whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable 3. Offerors shall provide information and documentation in detail to clearly identify its overall qualifications to perform this type of work. Additional Terms 1. Contractor MUST have an active registration in SAM at the time of quote submission. 2. Quote must be valid for 60 days. 3. The Government�s method of payment is government purchase card (Mastercard) but if a credit card fee applies payment will be electronic payment via Wide Area Workflow (WAWF). Please specify on quote whether credit card is acceptable and if there is a fee. 4. 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. 5. Offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. 6. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before January 21, 2025 at 02:00 PM Eastern Standard Time (EDT). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19, Incorporation 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 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 52.212-1, Instructions to Offerors--Commercial Item 52.212-2, Evaluation � Commercial Items 52.212-3, 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 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. FAR 52.243-1 Changes--Fixed Price FAR 52.249-8 Default (Fixed-Price Supply & Service) *The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (CD 2020-O0019); 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-50, Combating Trafficking in Persons (OCT 2020); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020); The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses also apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 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 by Litigation Support 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.211-7003 Item unique Identification and Valuation 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc977df9036b44b5a3dd6252d4ddf8ab/view)
 
Place of Performance
Address: RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07312754-F 20250116/250114230133 (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.