Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

53 -- Capstan Main Frame Fabrication

Notice Date
3/10/2025 12:00:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0143
 
Response Due
3/18/2025 11:00:00 AM
 
Archive Date
04/02/2025
 
Point of Contact
Amy Prisco, Phone: 4018328503
 
E-Mail Address
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
 
Description
10 March 2025 - Amendment 0001 Amended to extend RFQ due date to 3/18/2025 PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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 open for 30 days, in accordance with FAR 5.203(c). Request for Quotation (RFQ) number is N66604-25-Q-0143. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC). The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award on a Firm Fixed Price (FFP) basis, QTY 1 Capstan Main Frame Welded Unit in accordance with (IAW) applicable Government Drawings listed below. This requirement is being solicited on a Full and Open basis as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The applicable North American Industry Classification Systems (NAICS) code is 332710. The small business size standard is 500 employees. For the purpose of quoting this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001: Capstan Main Frame Welded Unit and applicable shipping charges; P/N 53X-01-100; QTY:1 CLIN 0002: Contract Data Requirements List (CDRLs) Not Separately Priced Delivery shall be FOB Destination, Newport, RI 02841 Note: Applicable Documents referenced in this Request for Quotes will be available electronically. The deadline to request Applicable Documents 5 March 2025 at 02:00PM ET. Requests received after this date will not be honored. Failure to request these documents by the stated date will not be justification for extension of the quotes receipt date. Companies requesting to view Applicable Documents, which include CUI Specific Controlled Information, must be registered according to the DoD Joint Certification Program (JCP) with a valid DD2345 to access the applicable documents. See the following website for further information: https://www.dla.mil/Logistics-Operations /Services/JCP/. To request applicable documents, please contact the POC and follow the instructions as specified below: STEP ONE: Point of Contact: Amy Prisco, Email: amy.k.prisco.civ@us.navy.mil. Please include your vendor CAGE Code and the certified DD2345 when sending the POC a request to view the documents. Your currently active vendor CAGE Code must be listed on the certified DD2345. NOTE: The name of the individual requesting the documents must be the name listed as the certified JCP data custodian on the certified DD2345. STEP TWO: DoD Secure Access File Exchange (SAFE) LINK: https://safe.apps.mil. The POC will use the ""Drop Off' feature to upload the Applicable Documents to the DoD SAFE website. The certified JCP data custodian will receive an email containing a link and a passcode to access the documents on the DoD SAFE website. The link to the documents will expire seven (7) days from the day the link and passcode is sent. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be deemed technically acceptable: (1) The offeror must quote the required item, in the required quantities; (2) The offeror shall meet or deliver the Main Frame (CLIN 0001) 365 days after date of contract or sooner; (3) The offeror shall submit the required Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) that demonstrate the offeror is certified to perform welding in accordance with Government Drawing(s) 53X-01-100 sheets 1 through 5 and 53x-01-232 and applicable weld standards. -or- The offeror may submit a formal plan to become certified to weld the required base material and to perform the required weld types in accordance with Government Drawing(s) 53X-01-100 sheets 1 through 5 and 53x-01-232 and applicable weld standards by submitting draft Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) and expressing in writing on company letterhead the intent to use this contract to become certified. In doing so the Government shall require that; The offeror produce a qualifying production run for certification. For contracts in which the quantity is between 2-9 units a qualifying run will equal 2 units. For contracts in which the quantity meets or exceeds 10 units the qualifying run is not to exceed 20% of the contracted quantity. Upon completion of this qualifying run the offeror shall submit the newly certified Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for technical review to the Government. Upon acceptance of both Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) by the Government production may proceed on the full contracted quantity. -or- If the contracted quantity is for a single item the offeror shall use a test coupon of the same base material required in accordance with the applicable drawings in lieu of a qualifying production run to become certified. Upon completion of this test coupon the offeror shall submit the newly certified Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for technical review to the Government. Upon acceptance of both WPS and PQR by the Government production may proceed on the contracted quantity. -or- Offerors who have built these parts within the last ten (10) years or are known to have these documents on file with the Government may request a waiver from the requirement to submit the WPS and PQR(s) with their quote; (4) Additionally, the Government will consider past performance information where negative information within SPRS may render quote being deemed technically unacceptable; (5) Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website; (6) Offerors shall provide point of contact (including phone number and email address), Offeror CAGE code, and shall include a validity date of no less than 60 days from due date for receipt of Offers; The following FAR provisions and clauses apply to this synopsis/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 (NOV 2021); - 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations�; - 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 Items; - 52.212-2, �Evaluation � Commercial Items�; - 52.212-3, (ALT 1), Offeror Representations and Certifications-- Commercial Items; - 52.212-4, Contract Terms and Conditions -- Commercial Items; - 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items �; - 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; - 52.217-5, Evaluation of Options (July 1990)-52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 12 Months of contract award date. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) - 52.225-1 Buy American-Supplies; - 52.225-25, �Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications�; - 52.233-4, Applicable Law for Breach of Contract Claim; - 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities The following DFARS provisions and clauses apply to this synopsis/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 (NOV 2020); - 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020); - 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�; 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Payment will be via Wide Area Workflow (WAWF). Quotes shall be submitted electronically via email and must be received on or before 11 March 2025, at 2:00 PM ET. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Amy Prisco at amy.k.prisco.civ@us.navy.mil. Applicable Distro D documents by DD2345 request only: N6660425Q0143 Drawing Package (Distro D) � 53X-01-100 sheets 1 through 5 53x-01-232 Attachments Herein: Attachment 1: Statement of Work Attachment 2: Contract Data Requirements Lists (CDRLs) Attachment 3: MIL Performance, Detail, and Standard Specifications - In Full: AP00-300-REV_B By reference: MIL-DTL-24441D(SH)_2009-08-27 MIL-PRF-23236D_2009-09-15 MIL-STD-130N_with_Change -1_2012-11-16 MIL-PRF-16173E(SH))with_INT_AMEND-2_2017_10_19 MIL-S-24149-1 MIL-STD-22D_1991-03-21 S9074-AR-GIB-010/278 T9074-AS-GIB-010/271 Attachment 4: Receipt Inspection Report (RIR) Attachment 5: Vendor Information Request (VIR) Attachment 6: Welding Certification Letter
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/286554e77ca349b4bd9c933ffd8eb2a1/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN07366731-F 20250312/250310230046 (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.