Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOLICITATION NOTICE

31 -- Idler Drum Bearings

Notice Date
4/18/2024 9:01:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0358
 
Response Due
4/24/2024 11:00:00 AM
 
Archive Date
05/09/2024
 
Point of Contact
Kerin Prairie, Phone: 4018323037, Teresa M. Michael, Phone: 4018325434
 
E-Mail Address
kerin.m.prairie.civ@us.navy.mil, teresa.michael@navy.mil
(kerin.m.prairie.civ@us.navy.mil, teresa.michael@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 Quotation (RFQ) number is N66604-24-Q-0358. This requirement is being solicited as a small business set aside as concurred with by the Naval Undersea Warfare Center (NUWC) Office of Small Business Programs. The North American Industry Classification System (NAICS) Code for this acquisition is 332991 � Ball and Roller Bearing Manufacturing. The Small Business Size Standard is one-thousand two hundred fifty (1,250) Employees. The Product Service Code is 3130 � Bearings, Mounted. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the following: CLIN 0001- Quantity: four (4), Idler Drum Bearing in accordance with (IAW) the Government drawing provided as Attachment 1 to this solicitation. CLIN 0002 � Quantity: one (1) lot, Contract Data requirements List (CDRLs), not separately priced Delivery is F.O.B Destination, Newport, RI Offerors MUST meet delivery date of 29 July 2024. 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). The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable The Government may consider past performance information contained in the Supplier Performance Risk System (SPRS) where negative past performance information may render you ineligible for award.� Any non-recurring engineering (NRE) or shipping costs shall be built into the prices of the units. There will NOT be separate CLINs for NRE or shipping. This requirement contains drawings and parts lists that are designated as Distribution Statement D and are 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 and parts lists, the offeror�s JCP Custodian shall email kerin.m.prairie.civ@us.navy.mil and include the RFQ number, company name, CAGE code and copy of DD Form 2345. 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 Drawing will be sent to the JCP Custodian via DoD SAFE. 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/far. The following FAR provisions and clauses apply to this solicitation: --FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) --FAR 52.204-7, System for Award Management (Oct 2018) --FAR 52.204-8, Annual Representations and Certifications (Dec 2022) --FAR 52.204-13, System for Award Management Maintenance (Oct 2018). --FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) --FAR 52.204-17, Ownership or Control of Offeror (Aug 2020) --FAR 52.204-19, Incorporation by Reference of Representations and Certifications --FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) --FAR 52.204-24�Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021). -- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) --FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (Oct 2020) --FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations�Representation (Nov 2015) --FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) --FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) --FAR 52.213-4 Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (Mar 2023). --FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) --FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) --FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) --FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) --FAR 52.232-1, Payments (Apr 1984) --FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) --FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: --DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) --DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) --DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022) --DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); --DFARS 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016); --DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019); --DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); --DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021); --DFARS 252.204-7019 Notice of NISTSP 800-171 DoD Assessment Requirements (Mar 2022). --DFARS 252.204-7020 NIST SP 800-171DoD Assessment Requirements (Jan 2023). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil and must be received on or before Wednesday April 24, 2024, at 2:00PM EST. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil. List of Attachments: Attachment 1: Drawing # 53X-01-122_32386_FN_E Attachment 2: CDRLs with Addendum Attachment 3: Receipt Inspection Report_W04564 Attachment 4: Variance Information Request_W04564
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b14b15a044db4ff88e32863b83f35484/view)
 
Record
SN07035396-F 20240420/240418230056 (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.