Rhode Island Bids > Bid Detail

LOW RADAR CROSS SECTION MAST

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159809291558753
Posted Date: Aug 22, 2023
Due Date: Aug 29, 2023
Solicitation No: N6660423Q0538
Source: https://sam.gov/opp/b6d7e57992...
Follow
LOW RADAR CROSS SECTION MAST
Active
Contract Opportunity
Notice ID
N6660423Q0538
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?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 22, 2023 02:55 pm EDT
  • Original Published Date: Aug 18, 2023 03:44 pm EDT
  • Updated Date Offers Due: Aug 29, 2023 09:00 am EDT
  • Original Date Offers Due: Aug 29, 2023 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 13, 2023
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    Newport , RI 02841
    USA
Description View Changes

PLEASE REQUEST DRAWINGS THROUGH EMAIL, WORKING WITH SAM HELPDESK TO RETRIEVE REQUESTS, CURRENTLY HAVING ISSUES, MAKE SURE THE NAME REGISTERED ON JCP SENDS THE REQUEST TO THE FOLLOWING EMAIL: jennifer.m.vatousiou.civ@us.navy.mil.





This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).



Request for Quote (RFQ) number is N6660423Q0538. The requirement is to procure Low Radar Cross Section Mast according to the specifications in the drawings.



This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address and JCP registration number.





*Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE.





NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following to include delivery FOB Destination:



CLIN 0001 Low Radar Cross Section (LRCS) Mast units



Drawing 05054005, Rev C, Qty 1



CLIN 0002 Shipping Cost CLIN 0001 FOB Destination Newport, RI 02841



CLIN 0003 Low Radar Cross Section (LRCS) Mast units



Drawing 05054005, Rev C, Qty 1



CLIN 0004 Shipping Cost CLIN 0003 FOB Destination Newport, RI 02841



CLIN 0005 Low Radar Cross Section (LRCS) Mast units



Drawing 05054005, Rev C, Qty 1



CLIN 0006 Shipping Cost CLIN 0005 FOB Destination Newport, RI 02841





In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.



This procurement is being competed as 100% Small Business Set Aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code is 332722, and the Small Business Size Standard is 600 Employees.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.



The following clauses and provisions apply to this solicitation:



- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services



- FAR 52.212-2, Evaluation – Commercial Items;



- FAR 52.212-3, Offeror Representations and Certifications – Commercial Items;



- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1



- 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; The additional following FAR clauses cited in 52.212-5 are applicable to the



--52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



-- 52.219-28, Post Award Small Business Program Representation (Sep 2021);



-- 52.222-3, Convict Labor (June 2003);



-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);



-- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)



-- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);



-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);



-- 52.222-50, Combating Trafficking in Persons (Nov 2021);



-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);



-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).



DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.



Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.



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.





This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



Quotes shall be submitted electronically to jennifer.m.vatousiou.civ@us.navy.mil and must be received on or before Tuesday, 29 August 2023 at 09:00 AM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.


Attachments/Links
Attachments
Document File Size Access Updated Date
II.D.3. LOW RADAR CROSS SECTION (LRCS) MAST, Rev C.PDF
162 KB
Controlled
Aug 18, 2023
II.D.2. CDRL SAP-LRCSM-04-FY23-SCN R0 2023-04-24_Redacted.pdf
258 KB
Controlled
Aug 18, 2023
II.D.1. Combined Synopsis and Solicitation N6660423Q0538.pdf (opens in new window)
126 KB
Public
Aug 18, 2023
file uploads

info alert

Please Sign In: This opportunity has controlled attachments. You must sign in to access them.
Sign In
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >