Skip to main content

An official website of the United States government

You have 2 new alerts

MK71 Tube Loading Fixture Assemblies

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Aug 02, 2022 07:53 am EDT
  • Original Published Date: Jul 21, 2020 09:35 am EDT
  • Updated Date Offers Due: Jul 28, 2020 02:00 pm EDT
  • Original Date Offers Due: Jul 28, 2020 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 12, 2020
  • Original Inactive Date: Aug 12, 2020
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5340 - HARDWARE, COMMERCIAL
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:

Description

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.

 

This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at sam.beta.gov. It is understood that sam.beta.gov is the single point of entry for posting of synopsis and solicitation to the internet.


This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-20-Q-8353.
 

This procurement is being processed as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) Code is 332710 and the small business size standard is 500 employees.
 

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the below items.  The Government’s minimum requirement is outlined below:

CLIN 0001: QTY: One (1) EACH TT-20-002 - FORWARD FRAME ASSEMBLY

CLIN 0002: QTY: One (1) EACH TT-20-003 - AFT FRAME ASSEMBLY

CLIN 0003: QTY: One (1) EACH TT-20-004 - RAMMER FRAME ASSEMBLY

CLIN 0004: QTY: One (1) EACH TT-20-005-A01- CRADLE MOUNT TRACK ASSEMBLY
CLIN 0005: QTY: One (1) EACH TT-20-005-A02- CRADLE MOUNT TRACK ASSEMBLY
CLIN 0006: QTY: One (1) EACH TT-20-006 - RAMMER BASE ASSEMBLY

CLIN 0007: QTY: One (1) EACH TT-20-007 - RAMMER CHAIN TRACK ASSEMBLY

CLIN 0008: QTY: One (1) EACH TT-20-008 - RAMMER MOTOR MOUNT ASSEMBLY

CLIN 0009: QTY: One (1) EACH TT-20-009 - CHAIN TRACK EXTRUSION

CLIN 0010: QTY: ONE (1) EACH Contract Data Requirements List (Not Separately Priced)

NOTE: OFFERORS SHALL QUOTE EACH ASSEMBLY SEPERATELY IN ACCORDANCE WITH THE CLIN STRUCTURE ABOVE.


The contractor shall fabricate and deliver the above required items in accordance with the NUWCDIVNPT drawings TT-20-002 through TT-20-009.

The drawings associated with this requirement are labeled Distribution D, 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/HQ/LogisticsOperations/Services/JCP.aspx for further details on the program and registration.


Required delivery date is sixteen (16) weeks After Receipt of Order (ARO), F.O.B. Destination to Naval Station Newport, Newport RI 02841.  Early delivery is acceptable.

PLEASE NOTE: Ensure any and all costs associated with this requirement (i.e. shipping) are included in your quote, as this is a FFP order.  If shipping is included, please quote as a separate line item. 

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.

Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC) 2020-01. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.



The following FAR provisions apply to this solicitation
 

  • 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
  • 52.212-1, Instructions to Offerors -- Commercial Items
  • 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items
     

The following FAR clauses apply to this solicitation:

  • 52.204-19, Incorporation by Reference of Representations and Certifications
  • 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
  • 52.212-4, Contract Terms and Conditions-- Commercial Items
  • 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
  • 52.233-4,  Applicable Law for Breach of Contract Claim

The following DFARS provisions apply to this solicitation:

  • 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
  • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

The following DFARS clauses apply to this solicitation:

  • 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
  • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is 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/

This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the Offeror must quote the items required meeting the Government minimum requirements, in the required quantities; (2) the Offeror must meet the required delivery date; and (3) 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.

Electronic Payment through Wide Area Workflow (WAWF) is the payment method.

Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.

Quotes must be e-mailed directly to liam.walsh@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Tuesday 28 July 2020. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Liam Walsh at liam.walsh@navy.mil.

Contact Information

Contracting Office Address

  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA

Primary Point of Contact

Secondary Point of Contact





History