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

66 -- Wave Glider Crate, Stand, and Subscription

Notice Date
4/18/2024 12:29:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0299
 
Response Due
4/19/2024 11:00:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Laina J Ouellette, Phone: 4017425804, Debra J Dube, Phone: 4018322281, Fax: 4018324820
 
E-Mail Address
laina.j.ouellette.civ@us.navy.mil, debra.dube@navy.mil
(laina.j.ouellette.civ@us.navy.mil, debra.dube@navy.mil)
 
Description
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. Request for Quote (RFQ) Number is N6660424Q0299. ��� The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to Liquid Robotics, Inc. for the following Wave Glider products: Line Item � Manufacturer Part Number Description � Qty � Unit Price Total Price 0001� 09358 SV3 Wave Glider Rapid Crate 1 ea. �� 0002 09100 SV3 Wave Glider Rapid Stand 1 ea. 0003 08358 WGMS (Wave Glider Management System) Annual subscription POP 1 Year The requirement is a sole source to Liquid Robotics, Inc., as they are the sole manufacturer of the SV3 Wave Glider which will be used to support acoustic applications.� The SV3 Wave Glider Rapid Crate and Stand are the only compatible equipment with the Liquid Robotics SV3 Wave Glider.� � ��� This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) Code for this acquisition is 334511; the Small Business Size Standard is 1,350 employees.� Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC) number 2024-03. � The following FAR clauses and provisions apply to this solicitation: 52.204-7 System for Award Management 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 52.204-26 Covered Telecommunication Equipment or Services - Representation 52.209-11, Representation by corporations Regarding Delinquent Tax� 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation � 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: 252.213-7000 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 252.225-7031 Secondary Arab Boycott of Israel 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 Full text of incorporated FAR/DFARS clauses and provisions are available at https://www.acquisition.gov/far In accordance with DFARS Clause�252.211-7003 Item Identification and Valuation, 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.�� This requirement will be awarded to the offeror who provides the following:� The offeror must quote equipment in New Condition that meet all of the items listed in the table above, in the required amounts specified; ����� Provide assertion that all items are shipped from the US; drop shipping from outside the US will not be acceptable; �The Government will consider Past Performance information in accordance with DFARS 252.213-7000; where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The required delivery is 30 Days or sooner (Items 0001 and 0002).� And one year (Item 0003) F.O.B. Destination is Naval Station Newport, Newport, RI 02841.� Electronic payment will be made via 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 https://www.sam.gov� Offeror shall have completed and submitted FAR 52.204-26 in their SAM.gov profile and must list �DOES NOT� to be considered valid.� 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 UEI. The quote must be submitted via email to the email address below and must be received on or before April 19, 2024, 2pm EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Laina Ouellette at laina.j.ouellette.civ@us.navy.mil .�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/082474e687de4bf390a7d9655a105a9c/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN07035771-F 20240420/240418230058 (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.