Padwheel Shock testing
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 (Original)
- Original Published Date: Nov 26, 2024 10:29 am EST
- Original Date Offers Due: Dec 02, 2024 02:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Dec 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: H210 - EQUIPMENT AND MATERIALS TESTING- WEAPONS
- NAICS Code:
- 541380 - Testing Laboratories and Services
- 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 basis to HI-Test Laboratories to conduct Paddle wheel tests. These tests are a specific type of test needed for assets that are within SUBSAFE boundaries. As such, the tests must meet the requirements of MIL-S-901D and MIL-DTL-901E. Per Naval Sea Systems Command (NAVSEA), Hi-Test is the only non-government entity, authorized provider of the type of Paddle Wheel Test necessary to meet the Government’s requirements of MIL-S-901D and MIL-DTL-901E and is therefore the only source capable of meeting this requirement.
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-0024. This requirement is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 541380; the Small Business Size Standard is $19,000,000.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Paddlewheel Shock testing in accordance with the Statement of Work, provided as an attachment to this notice.
CLIN 0002: Data associated with the attached Contract Data Requirements List (CDRLs), Not Separately Priced.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-2 Security Requirements
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:
252.204-7000, Disclosure of Information.
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).
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 Monday, 02 December 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.
Attachments/Links
Contact Information
Contracting Office Address
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
Primary Point of Contact
- Franklin Patton
- franklin.k.patton2.civ@us.navy.mil
- Phone Number 4018326525
Secondary Point of Contact
History
- Jan 02, 2025 12:00 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 26, 2024 10:29 am ESTCombined Synopsis/Solicitation (Original)