AMENDMENT ONE: The purpose of amendment one is to extend the response date for quotations until Thursday, 04/14/2022 at 1400 EST.
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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-22-Q-0306
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for All Up Round Simulator (AURS) Cushioning Pads on a Brand Name basis in accordance with the table below. See attached Brand Name Specification.
CLIN 0001: Description: PAD CUSHIONING CAPSULE (lower pads); P/N: JCM-14043-001 Rev E. Quantity: 132; Unit of Issue:
CLIN 0002: Description: PAD CUSHIONING CAPSULE (mid pads); P/N: JCM-14045-001 Rev. D; Quantity: 24; Unit of Issue: Each
CLIN 0003: Description: Shipping, Quantity: 1; Unit of Issue: Job
This action is being solicited as unrestricted under the applicable North American Industry Classification System (NAICS) Code 325211. The Small Business Size Standard is 1,250 employees.
The required delivery date is 10/15/2022. Please specify the lead time in your quotation.
Required delivery terms are F.O.B. Destination, Newport, RI.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation:
52.204-13, System for Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
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 Liability or a Felony Conviction under any Federal Law
52.211-15, Defense Priority and Allocation Requirements
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
52.232-1, Payments
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.243-1, Changes – Fixed Price
The following DFARS provisions and clauses apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
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
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.225-7048 Export-Controlled Items
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 www.acquisition.gov/far
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations Systems (DPAS) rating is DO-C9.
This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement.
Electronic Payment through Wide Area Workflow (WAWF) will be used.
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.
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 Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable:
(1) The offeror must quote the required brand name items in the required quantities; no substitutions allowed.
(2) The offeror must provide a completed and signed representation for FAR 52.204-24, provided as Attachment 3 to this solicitation, or have a current SAM representation with FAR 52.204-26 completed.
(3) All resellers shall be an Authorized Reseller of Elantas brand name items at a minimum. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.
(4) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
The offeror shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), and contractor CAGE code.
The quotes shall be submitted via email to the below address and must be received on or before Monday, 11 April 2022, 2:00PM EST. Offers received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact jeffrey.j.champlin.civ@us.navy.mil.
Attachments
- Brand Name Specification
- Draft Exhibit A - Contract Data Requirements List (CDRLs)
- FAR 52.204-24 Representation