Amendment 3 is issued to revise the minimum specifications in the below original soliciation, and to extend the date offers due.
All vendors who submitted quotes prior to the original date offers due, must email the Primary Point of Contact, on or before the current response date and time as listed on this combined synopsis/solicitation, to either confirm that the previously submitted quote meets the revised minimum specifications, or provide a revised quote which meets the minimum specifications.
All other information remains unchanged.
----------------------------------------------------------------------------------------------------
Amendment 2 is issued to answer industry questions.
Question 3: Do you prefer these lines on spools or in a box?
Answer 3: On a spool is preferred, but in a crate is also acceptable.
Question 4: Do you accept offering items coming from outside of US?
Answer 4: No Trade Agreements apply to this requirement.
----------------------------------------------------------------------------------------------------
Amendment 1 is issued to answer industry questions.
Question 1: Is there any more specific details on the rope other than break strength and diameter?
Answer 1: Breaking strength and diameter are only the first two minimum specifications. All specifications in the solicitations should be met.
Question 2: Is rope construction called out at all along with coatings?
Answer 2: Construction and coatings aren’t significant as long as all specifications are met.
----------------------------------------------------------------------------------------------------
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only announcement, quotes 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). Request for Quotation (RFQ) number is N6660422Q0458.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the below item(s):
CLIN 0001 – Quantity 2 Each, High Modulus Polyethylene (HMPE) Mooring Line which meets the following minimum specifications, shipping costs included
Minimum Specifications (revised in Amendment 3)
Minimum Breaking Strength: 500,000 lbs
Maximum Diameter: 2.5 inches
Minimum Continuous Length: 1500 ft
Total Length Required: 3000 ft
Specific Gravity: < 0.99
Water Absorption: < 1.0%
Line End Termination: one end (thimble eye splice) other end (does not need a specific termination); each 1500' length
Thimble proposed must be approved for use by mooring line manufacturer (designed for rope (as opposed to cable))
Required delivery is 6 weeks from date of award; F.O.B. Destination
Delivery Location is: Seneca Lake SONAR Test Facility, 50 Main Street, Dresden, NY 14441
The North American Industry Classification System (NAICS) Code for this acquisition is NAICS 314994 “Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills”. The Small Business Size Standard is 1,000 employees. This procurement is being conducted on a 100% small business set aside basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).
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 the offeror must quote the required items, no substitutions, in the required quantities. Refurbished or used items are unacceptable. 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 below clauses and provisions apply to this solicitation:
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-1 Instructions to Offerors--Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7003 Item Identification and Valuation
DFARS, 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.225-7031 Secondary Arab Boycott of Israel
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
The required payment method is Wide Area Workflow (WAWF).
In accordance with DFARS 252.211-7003, if the proposed unit prices exceed $5,000.
The following addenda or additional terms and conditions apply:
Defense Priorities and Allocations System (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.
Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/
OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:
(1) Separate pricing for each CLIN
(2) Delivery terms
(3) Point of Contact (including name, phone number and email address)
(4) Contractor CAGE Code and/or DUNs Number, and
(5) Signed copy of the representation at FAR 52.204-24 as attached to this solicitation
Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.