COMBINED SYNOPSIS/SOLICITATION #: N0017824Q6911
Submitted by: Ashlee Wesley
NAICS Code: 325920
FSC/PSC Code: 1361
Anticipated Date to be published in SAM.gov: 07/19/2024
Anticipated Closing Date: 07/23/2024
Contracts POC Name: Ashlee Wesley
Telephone#: 540-742-8849
Email Address: ashlee.wesley@us.navy.mil
Code and Description: 1361- Depth Charges and Components, Explosive
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017824Q6911 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Teledyne RISI, Inc for the following manufactured products: Part number 10003000-501, TE-98 Low Energy Exploding Foil Initiator (LEEFI) detonators and will be delivered in 150 unit increments over the course of 4 months in accordance with the attached Deliverables List. Teledyne RISI, Inc is located in Tracy, CA.
The current fire set being developed by the project is customized specifically to be compatible with this detonator model and cannot be substituted for a different kind. Upcoming fire sets are planned to have a similar custom build that will require the same LEEFI detonators installed. The required hardware is exclusive to Teledyne RISI, Inc.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Quote is due 23 July 2024, no later than 12:00 p.m. EST with an anticipated award date by 30 August 2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to ashlee.wesley@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017824Q6911 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Requirements List
-Delivery List