Rhode Island Bids > Bid Detail

USR Various Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159927527446943
Posted Date: Mar 17, 2023
Due Date: Mar 23, 2023
Solicitation No: N6660423Q0241
Source: https://sam.gov/opp/fb6d488c02...
Follow
USR Various Parts
Active
Contract Opportunity
Notice ID
N6660423Q0241
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 07:55 am EDT
  • Original Date Offers Due: Mar 23, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5365 - BUSHINGS, RINGS, SHIMS, AND SPACERS
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    Newport , RI 02841
    USA
Description

Combined Synopsis and Solicitation



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 N6660423Q0241. The TAHEF is the Naval Sea Systems Command certified Designated Overhaul Point for Towed Array Handling Systems (TAHS). The Towed Array Handling Equipment Facility (TAHEF) is the Original Equipment Manufacturer (OEM) of the Universal Slip Ring (USR) for submarine thinline towed array handling systems. The USR is essential for TB-23 and TB-29 array data transfer and processing during deployed streaming operations. The Naval Supply System has tasked the TAHEF to manufacture USRs. The USR Machined Parts defined below are components of the USR and are required for the new manufacture of OA-9070A/B USRs at the TAHEF.



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



CLIN 0001 Shaft, Slip Ring according to specifications in drawings, Qty 32



CLIN 0002 Bearing, Journal according to specifications in drawings, Qty 14



CLIN 0003 Rotor according to specifications in drawings, Qty 11



CLIN 0004 Contact Ring according to specifications in drawings, Qty 69



CLIN 0005 Rotor Retainer Nut according to specifications in drawings, Qty 44



CLIN 0006 Contact Pin according to specifications in drawings, Qty 163





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 a 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 332710, and the Small Business Size Standard is $41.5 million.



Additional terms and conditions:



In order to receive the drawings/Technical Data Package (TDP), the company must be registered in the DoD Joint Certification Program (JCP) (https://www.dlis.dla.mil/jcp/). Once approved for the JCP, the company will have to request access to the drawings through SAM.GOV. The request in SAM must come from the individual registered in JCP to be given access to the drawings.



This requirement does not include Electronic and Information Technology (EIT) items; therefore, Section 508 requirements are not applicable.



This solicitation requires 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.





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.



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.



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 Thursday, 23 March 2022 at 2:00PM 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
CLIN 0006 Contact Pin.pdf
71 KB
Controlled
Mar 16, 2023
CLIN 0005 Rotor Retainer Nut.pdf
69 KB
Controlled
Mar 16, 2023
CLIN 0004 Contact Ring.pdf
80 KB
Controlled
Mar 16, 2023
CLIN 0003 Rotor.pdf
92 KB
Controlled
Mar 16, 2023
CLIN 0002 Journal Bearing.pdf
546 KB
Controlled
Mar 16, 2023
CLIN 0001 Slip Ring Shaft.pdf
130 KB
Controlled
Mar 16, 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
  • Mar 16, 2023 07:55 am 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 >