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

34 -- Mechanical Piece Parts Kits

Notice Date
4/18/2024 5:20:13 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
N6660424Q0365
 
Response Due
4/24/2024 11:00:00 AM
 
Archive Date
05/09/2024
 
Point of Contact
Franklin Patton, Phone: 4018326525
 
E-Mail Address
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 001:�The purpose of this amendment is to post Q&A 01 and extend the closing time until 04/24/24. Q 01)�Could you please confirm that�configuration -1�in Table 1 of Drawing 8482074 Rev � is the same as the one requested by CLIN 0001 and CLIN 0003 (Mechanical Piece Parts Kits)?�We ask because the solicitation and the drawing give it a different name. A 01)�In accordance with drawing 8482074 Rev � , title DT-100A Mechanical Piece Parts Kit, we confirm CLIN 0001 and CLIN 0003 are the -1-configuration. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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 procurement is a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 332710; the Small Business Size Standard is 500 employees.� Request for Quote (RFQ) Number is N66604-24-Q-0365. ��� The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Quantity of fifty six (56) Mechanical Piece Parts Kits, in accordance with the attached drawing package CLIN 0002: Quantity of sixty (60) Mechanical Piece Parts Conversion Kits, in accordance with the attached drawing package. CLIN 0003: Option 1 - Quantity of fifty six (56) Mechanical Piece Parts Kits, in accordance with the attached drawing package; to be exercised within 6 months after date of contract. CLIN 0004: Option 2 - Quantity of sixty (60) Mechanical Piece Parts Conversion Kits, in accordance with the attached drawing package; to be exercised within 6 months after date of contract. All offerors must provide the required documentation to satisfy all factors of the attached additional minimum requirements document. A �fail� determination constitutes technical unacceptability and will not be considered for award. All delivered items must be directly from the manufacturer. Unauthorized resellers will be considered unacceptable. Inspection: The vendor shall perform a 100% dimensional inspection on the first piece of each part (including surface/coating requirements) obtained using a coordinate measuring machine (CMM). Variables inspection data shall be in the crate at time of delivery, first piece sample to be tagged. The balance of parts to be inspected using the Acceptable Quality Limit (AQL) sampling plan. All material and surface coating certification received for parts purchased from vendors shall also be included with inspection data. The government reserves the right to inspect all production parts. The contractor shall package and deliver the Mechanical Piece Parts Kit using best commercial practices cushioned to prevent movement and/or damage during shipment. Required delivery date is September 08, 2024. F.O.B. Destination is Newport, RI 02841.� This requirement contains drawings that are designated Distribution D; therefore, they are export controlled.To access the Government documents, the Offeror must possess a valid Joint Certification Program (JCP) certification. In order to obtain access to the drawings, a valid DD 2345 form must be provided and therequests for the drawings shall come from the JCP Custodian; drawings will not be provided to other pointsof contact. Additionally, in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 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 Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax� 52.212-1, Instructions to Offerors Commercial Items� 52.212-3, 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 The following DFARS clauses apply to this 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, 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. 252.211-7003 Item Identification and Valuation� 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 252.246-7008 Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far� The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). 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� The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified may be ineligible for award.� The quote may be submitted via email to the email address below and must be received on or before Wednesday, 24 April 2024 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad52d59679fd4d8b9331b2d2f39606cc/view)
 
Record
SN07035405-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.