Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

53 -- Build-to-Print Wedge and Plug

Notice Date
4/10/2025 11:52:27 AM
 
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
N6660425Q0295
 
Response Due
4/17/2025 11:00:00 AM
 
Archive Date
05/02/2025
 
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/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC), 2025-03, effective January 17, 2025. RFQ Number is N66604-25-Q-0295. This requirement is being solicited as a total small business set aside. The NAICS Code for this requirement is 332710 � Machine Shops and the small business size standard is 500 employees. NUWCDIVNPT intends to award a Firm Fixed Price Purchase Order for build-to-print units in accordance with the below referenced NAVSEA Drawings. The Contract Line Item Number (CLIN) structure is identified below: CLIN 0001 � Description: Wedge in accordance with the below referenced drawings and specs and TAHEF-Form-No. 008 Rev B; P/N 1214D3300; Qty 1 Each Drawings and specs***: 1214D3300_54497_FN_C_, 281-002_54497_FN_H; 0351A0063_54497_FN_D_ CLIN 0002 � Description: Plug in accordance with the below referenced drawings and TAHEF-Form-No. 008 Rev B; P/N 1214D3301-1; Qty 1 Each Drawings and specs***: 1214D3301_54497_FN_J_, 281-002_54497_FN_H; 0351A0063_54497_FN_D_ CLIN 0003 � Description: DATA in accordance with DD Form 1423-1 Contract Data Requirements List A001 � A006; Qty 1 Lot � Not separately priced (NSP) Delivery: FOB Destination; NUWCDIVNPT Newport, RI Delivery Date: Specify best delivery date on quote ***This requirement contains drawings and parts lists that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. In order to obtain access to the drawings, the offeror�s JCP Custodian shall email michelle.e.weigert.civ@us.navy.mil and attach a copy of the company�s DD2345. Reference solicitation number N6660425Q0295 in the subject line. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawings will be sent to the JCP Custodian via DoD SAFE. The Government will award a purchase order resulting from this solicitation to the responsible offeror using a Lowest Price Technically Acceptable source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation. To be considered technically acceptable the offeror shall: (1) Quote all parts and quantities specified above. (2) 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 Drawings 1214D3300_54497_FN_C_ and 1214D3301_54497_FN_J_and applicable weld standards and fill out and submit TAHEF-Form-No. 105 Rev-. 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) 1214D3300_54497_FN_C_ and 1214D3301_54497_FN_J 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. (3) Submit VIR_W04956 Vendor Information Request if necessary (4) The Government will consider Past Performance information in accordance with DFARS 252.204-7024 whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. (5) Offeror must have and provide a valid DD2345 JCP Certification Form and must have a NIST SP 800-171 assessment performed within three years from the closing date of this RFQ. Additional terms and conditions: 1. Contractor MUST have an active registration in SAM at the time of quote submission. 2. Offeror shall build the cost of shipping into unit prices. There will not be a separate CLIN for shipping costs. 3. 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. 4. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 5. Quotes and any attachments shall be readable by Microsoft Office or Adobe Acrobat. Offeror shall include item prices, 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. Quotes shall include a validity date of no less than 90 days from due date for receipt of offers. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The following provisions and clauses apply reference to this RFQ: 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 FAR 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 52.222-19, Child Labor�Cooperation with Authorities and Remedies 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 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 252.204-7020 NIST SP 800-171DoD Assessment Requirements 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.211-7003 Item unique Identification and Valuation 252.225-7048 Export-Controlled Items 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 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 Monday March 24, 2025 at 02:00 PM Eastern Daylight 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/656b3b4cc6f2401c856f16b50911fdab/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07404944-F 20250412/250410230107 (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.