Sole Source - Custom Core Cable
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159158406223091 |
Posted Date: | Feb 22, 2023 |
Due Date: | Feb 28, 2023 |
Solicitation No: | N6660423Q0151 |
Source: | https://sam.gov/opp/9e689c6afa... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 22, 2023 08:33 am EST
- Original Date Offers Due: Feb 28, 2023 11:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 15, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6015 - FIBER OPTIC CABLES
-
NAICS Code:
- 335921 - Fiber Optic Cable Manufacturing
-
Place of Performance:
Newport , RI 02841-1708USA
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order on a sole source basis to Falmat Inc. for Custom Core Jacket Inner Conductor Layer, Outer Conductor Layer, Part no. FM101122CP-1, quantity 1,000 ft.
Period of Performance for all above CLIN shall be 12-14 weeks from date of award, FOB Destination.
This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable, the offeror must quote the required items in the required quantities. 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 52.204-24 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 52.212-1 Instructions to Offerors--Commercial ItemsFAR 52.212-2, Evaluation – Commercial Items
FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial ItemsFAR 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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The FAR may be accessed electronically at https://acquisition.gov/far/. The DFARS may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF). If all unit prices are under $5,000.00/each, the Government preferred payment method is Purchase Card. If any unit price is over $5,000.00/each, or if the vendor quotes a charge for credit card payments, payment shall be made via WAWF.
The following addenda or additional terms and conditions apply: DPAS Rating DO-C9
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 Firm Fixed Pricing for each CLIN
(2) Point of Contact (including name, phone number and email address)
(3) Contractor CAGE Code and/or DUNs Number
(4) Confirmation that the contractor accepts MasterCard.
(5) Confirmation of additional charges for credit card payments.
If any 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.
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
- Jennifer Vatousiou
- jennifer.m.vatousiou.civ@us.navy.mil
- Phone Number 4018325265
- Fax Number 4018324820
- Feb 22, 2023 08:33 am ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.