Motor Overhaul Kits (Соединенные Штаты Америки - Тендер #47303807) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 47303807 Дата публикации: 19-10-2023 Источник тендера: Государственные закупки США |
||
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.
This is a combined synopsis and solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0026.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Towed Array Handling Equipment Facility (TAHEF) has a requirement for motor overhaul kits.
NUWCDIVNPT intends to award the following on a Firm Fixed Price, Sole Source basis to Reidville Hydraulics & Manufacturing
CLIN 0001: Quantity of four (4) Motor Overhaul Kits, part #: 700-2800-001
CLIN 0002: Quantity of six (6) Major Overhaul Kits New, part #: 700-3000-001
CLIN 0003: Certificate of Compliance in accordance with the attached Contract Data Requirements List (CDRLs)
Shipping will be FOB Destination to Newport, RI 02841.
This procurement is intended as a sole source requirement. The North American Industry Classification System (NAICS) Code for this acquisition is 333248. The Small Business Size Standard is 750 employees. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation:
FAR 52.204-19, Incorporation by Reference of Representations and Certifications;
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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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;
FAR 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors;
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications;
FAR 52.233-4, Applicable Law for Breach of Contract Claim;
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 252.204-7019 “Notice of NIST SP 800-171 DoD Assessment Requirements”
DFARS 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support and
DFARS 252.246-7008, Sources of Electronic Parts.
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.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
In order to be determined technically acceptable: (1) the offeror must provide the required supplies in accordance with the above CLIN structure and specifications; (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable.
Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov.
The Government’s method of payment is via Wide Area Workflow (WAWF).
The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), and Offeror CAGE Code.
Please provide a quote no later than Thursday, October 26, 2023 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days.
If you have any questions or concerns please feel free to contact me. Thank you.