Rhode Island Bids > Bid Detail

RESEARCH PROJECT PHYSICS OF HIGH SPEED WATER ENTRY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159615202176630
Posted Date: Mar 28, 2024
Due Date: Apr 4, 2023
Solicitation No: N6660424Q0306
Source: https://sam.gov/opp/9a17f54c55...
Follow
RESEARCH PROJECT PHYSICS OF HIGH SPEED WATER ENTRY
Active
Contract Opportunity
Notice ID
N6660424Q0306
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 04:14 pm EDT
  • Original Date Offers Due: Apr 04, 2023 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.





Request for Quotation (RFQ) number is N6660424Q0306. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 611310. The Small Business Size Standard is 750 employees. The Product Supply Code (PSC) is B529. This requirement is for basic research project investigating the physics of high-speed water entry according to the attached Performance Work Statement (PWS).





Period of Performance 05 April 2024 to 04 April 2025 according to the attached Performance Work Statement (PWS).





The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following research project on a firm-fixed price (FFP) basis:





CLIN



Description



Qty/Unit of Issue



Quoted Price (offerors to fill in and provide a separate breakdown)



0001



Research Project



12/Monthly



$



0002



Fabricated Apparatus Shipment



1/lot



$



TOTAL







$







Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a single Firm Fixed Price (FFP) contract for research in accordance with the PWS.



F.O.B. Destination, Newport, RI 02841-1708.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:



FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;



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 Felony under any Federal Law.”;



FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;



FAR 52.212-2, “Evaluation – Commercial Items.”;



FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – 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 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;



DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



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.”;



DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:



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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:



Submit a full resume and Curriculum Vitae (CV) for a minimum of one Subject Matter Expert (SME) in performance of the PWS. The submission shall include full journal publications authored or co-authored in water entry cavitation by the SME.



.Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Thursday, 04 April 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 28, 2024 04:14 pm EDTCombined 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.

Start Free Trial Today >