Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

61 -- Exploder Assembly Fixture

Notice Date
10/13/2021 7:09:17 AM
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025321R0008
 
Response Due
11/10/2021 12:00:00 PM
 
Archive Date
12/30/2021
 
Point of Contact
Jessica Reichard
 
E-Mail Address
jessica.r.reichard@navy.mil
(jessica.r.reichard@navy.mil)
 
Description
Naval Undersea Warfare Center (NUWC) Division Keyport intends to issue a Full and Open Competition solicitation of the following non-commercial supply: MK48 Exploder Motor Assembly in accordance with drawings: 3238174 Rev B, �249834 Rev B, 2498427 Rev H, 3242563 Rev B, DEPOT/RFV-DEPOT-K/21003, and all associated specifications.� The resultant contract is anticipated to be awarded as a firm fixed price (FFP) contract with a base quantity, four (4) option quantities and first article (FA) units.� The base quantity will be for a total of 100 units.� A total of five (5) FA units will be required.� The four (4) options will be for a total of 400 units.� The solicitation number for this requirement issued as a request for proposal (RFP) is N0025319R0006.� The applicable NAICS code for this requirement is 335312 and has a size standard of 1,250 employees.� Offers shall be FOB Destination.� The solicitation will be available for download on or around 27 August, 2021.� The closing date of the solicitation will be approximately 30 days after the posting date, unless a later date is specified in the solicitation or amendment. Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies.� However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government�s requirement with a commercial item within 15 days of this notice. The drawings and technical information that will be referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendor�s/contractor�s appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP).� Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at http://www.dlis.dla.mil/jcp/.� Restricted drawings and technical information will be available through DODsafe after approved requests are processed.� Proposals may be emailed to Jessica Reichard at Jessica.R.Reichard@navy.mil� Offerors wishing to submit a proposal are responsible for downloading the RFP from www.Sam.Gov and frequently monitoring the site for any amendments to the RFP. In accordance with Department of Defense (DoD) Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, access to export-controlled technical data must be through the company's designated Joint Certification Program (JCP) Point of Contact (POC)/Data Custodian.� Only the POC identified in an active JCP certification found at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx will be provided with Attachments. Instructions for completing and submitting the DD Form 2345 to request JCP certification can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/.� The Government will not extend or delay the procurement for pending Contractor JCP certifications. Per DFARS 252.024-7019, Notice of NIST SP 800-171 DoD Assessment Requirements, the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies to this procurement. �The Offeror shall have a current (not more than 3 years old), minimum Confidence Level assessment of �Medium� as identified in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS).� The Basic, Medium and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html.� Guidance regarding the NIST SP 800-171 DoD Assessments can be found at https://www.sprs.csd.disa.mil/.� The Government will not extend or delay the procurement for pending Contractor NIST SP 800-171 assessments. 1. To obtain Drawings, the Offeror shall submit its request to Jessica.R.Reichard@navy.mil . The request shall include company name; complete address; CAGE code; DUNS number; POC name, email address, phone number; JCP registration number; and NIST SP 800-171 Confidence Level Assessment rating (e.g. Basic, Medium, High).� Incomplete requests will be denied.� Attachment 1 will be provided only those companies with an active JCP and a minimum Confidence Level Assessment of �Medium� in the NIST SP 800-171 Assessment Report within SPRS. 2. Performance under this contract requires the contractor to adhere to Operations Security (OPSEC) requirements.� Explanation of these requirements is detailed in the Operations Security Guide for Defense Contractors, at http://www.navsea.navy.mil/Home/WarfareCenters/NUWCKeyport/Resources.aspx; click on the OPSEC Guide for Defense Contractors on the right-hand side. All questions regarding the solicitation shall be submitted in writing no later than seven (7) days before the solicitation closing date.� Questions received within seven (7) days of the solicitation closing date may not be entertained.� Questions shall be submitted via e-mail to Jessica.R.Reichard@navy.mil.� No paper copies will be accepted.� Failure to respond to the RFP and associated amendments as applicable, prior to the closing date and time established, may render an offer non-responsive and result in rejection.� To access the incorporated clauses/provisions to be completed, download the Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far/.� Download the Defense Federal Acquisition Regulations (DFRAS) at http://www.acq.osd.mil/dp/dars/dfars.html.� Offerors are also advised that these representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0a4ce7859b5418a924f0dfa06b85a6d/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN06156995-F 20211015/211013230113 (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  © 1994-2020, Loren Data Corp.