Skip to main content

An official website of the United States government

You have 2 new alerts

HAAS Lathe Repair

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)
  • Original Published Date: Nov 01, 2024 01:30 pm EDT
  • Original Date Offers Due: Nov 08, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 23, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H949 - OTHER QC/TEST/INSPECT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:

Description

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

The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Sole Source Requirement basis for HAAS Automation brand items and installation, with no substitutions. HAAS Automation is the Original Equipment Manufacturer (OEM) of the lathe the parts will be installed into. Any replacement parts must be HAAS brand to ensure compatibility, and the installation and testing must be performed by technicians qualified by HAAS. Phillips Federal is the company authorized by HAAS Automation brand for repair and replacement requirements for Federal Government Entities.

This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future.

Request for Quote (RFQ) Number is N66604-25-Q-0050. This requirement is being solicited on a Sole Source Requirement basis. The North American Industry Classification System (NAICS) Code for this acquisition is 811310; the Small Business Size Standard is $12,500,000.00.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:

CLIN 0001: Quantity of one (1) SL Gearbox 5V-Belt 16DP-C, Part #: 93-30-9988B;

CLIN 0002: Quantity of one (1) Belt, 5VX900X5 3:1 Pulley Ratio, Part #: 93-54-0206;

CLIN 0003: Quantity of one (1) Belt, Timing H-0.50-56, Part #: 93-54-0209;

CLIN 0004: Installation Service at the Naval Undersea Warfare Center, Division Newport.

Delivery is F.O.B. Destination to Newport, RI 02841. Delivery and installation must be completed within forty five (45) days after receipt of order. Please include any applicable shipping charges in the submitted quote.

Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment

52.209-11, Representation by corporations Regarding Delinquent Tax 

52.212-1, Instructions to Offerors Commercial Items 

52.212-3, Offeror Representations and Certifications Commercial Items

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

The following DFARS clauses apply to this solicitation:

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 (DEVIATION 2024-O0013, Revision 1)

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,

252.204-7020 NIST SP 800-171 DoD Assessment Requirements,

252.211-7003 Item Identification and Valuation 

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

252.246-7008 Sources of Electronic Parts

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 

The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR 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.

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 

The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified may be ineligible for award. 

The quote may be submitted via email to the email address below and must be received on or before Friday, 08 November 2024 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil. 

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 23, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Original)