This is a combined synopsis and solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2).
Request for Quotation (RFQ) number is N6660425Q0559.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a single Firm Fixed Price (FFP) order for the purchase of the following build-to-print items:
CLIN 0001: Thirty (30) Each, Check Valve, in accordance with NAVSEA Drawing 7345000, and meeting requirements of the following attachments:
ASME Y14.5-2018
ASME Y14.38-2019
SAE AMS2700F
TAHEF Receipt Inspection Report (RIR) for Work Order W04977
TAHEF Vendor Information Request (VIR) for Work Order W04977 is provided for offerors awareness and will be an attachment to the award.
Requested delivery is six (6) weeks ARO, F.O.B. Destination, Newport, RI, 02841.
CLIN 0002: Data in accordance with Contract Data Requirements List (CDRL), NOT SEPARATELY PRICED
---
NAVSEA Drawing 7345000 is designated Distribution D and 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, the requests for the drawings shall come from the JCP Custodian; drawings will not be provided to other points of 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. The requests shall include the RFQ number, company name, and CAGE code. Requests shall be submitted by email to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.
---
Incorporated provisions and clauses are those in effect through the current 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 and DFAR clauses and provisions applies to this Request for Quotation (RFQ):
FAR 52.204-7 System for Award Management. Offerors are required to be registered in SAM when submitting an offer or quote, and at time of award. Registration information can be found at www.sam.gov.
FAR 52. 204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
FAR 52.204-26 Covered Telecommunications Equipment or Services – Representation. Offeror shall have had completed and submitted FAR 52.204-26 ‘in their www.sam.gov profile and must list, “DOES NOT” under paragraph (c)(1) and (c)(2) to be considered valid.
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Offeror shall have had completed and submitted FAR 52.209-11 in their www.sam.gov profile and must list, “IS NOT” under paragraph (b)(1) and (b)(2) to be considered valid.
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (DEVIATION 2025-O0004)
FAR 52.219-6 NOTICE OF TOTAL 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. 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). Offeror shall have had completed and submitted FAR 52.219-1 in their SAM.gov profile and made the assertion that their business is small under the applicable NAICS to be considered valid.
DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System. The Government will consider past performance information in the Supplier Performance Risk System (SPRS) where negative information within SPRS may render a quote being deemed technically unacceptable.
DFARS 252.211-7003 Item Unique 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.
---
Defense Priorities and Allocations System (DPAS) rating is DO-C9.
This requirement contains no Electronic and Information Technology (EIT) therefore Section 508 compliance is not required.
DFARS supplement rule 2019-D041 applies to this requirement, therefore offerors must have a current National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment posted in Supplier Performance Risk System (SPRS). Current is defined as not more than three years old. SPRS is an application within the Procurement Integrated Enterprise Environment (PIEE). The guide for submitting an assessment can be found at the following address: https://www.sprs.csd.disa.mil/pdf/NISTSP800-171QuickEntryGuide.pdf
Payment will be made via Wide Area Workflow (WAWF).
Award will be made to the offeror with the Lowest Priced Technically Acceptable (LPTA) quote. In order to be determined technically acceptable, offerors must:
(1) Provide a single quote for the build-to-print item(s), that meets the required delivery terms
(2) Make the required assertions in SAM.gov under FAR 52.204-26, 52.209-11, and 52.219-1
(3) Have a current NIST assessment in SPRS
OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), (3) Contractor CAGE Code.
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.
ATTACHMENTS:
ASME Y14.5-2018
ASME Y14.38-2019
SAE AMS2700F
TAHEF Receipt Inspection Report (RIR) for Work Order W04977
TAHEF Vendor Information Request (VIR) for Work Order W04977
Contract Data Requirements List (CDRL)