Skip to main content

An official website of the United States government

You have 2 new alerts

USS JOHN L. CANLEY BREAKER

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: Feb 23, 2024 10:07 am EST
  • Original Published Date: Feb 15, 2024 02:15 pm EST
  • Updated Date Offers Due: Feb 23, 2024 01:00 pm EST
  • Original Date Offers Due: Feb 21, 2024 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 335313 - Switchgear and Switchboard Apparatus Manufacturing
  • Place of Performance:

Description

Military Sealift Command Combined Synopsis and Solicitation Notice Information

1.    This is a combined synopsis/solicitation for commercial products and commercial services 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; quotations are being requested and a written solicitation will not be issued.

2.    Solicitation number is N3220524Q0146 and is being issued as a Request for Quotes (RFQ). 

3.    The solicitation document and incorporated provisions and clauses are those in effect through:
a.    Federal Acquisition Circular (FAC) 2024-02, effective 01/22/2024, located on https://www.acquisition.gov/browse/index/far 
b.    DFARS Publication Notice 20231222, effective 12/22/2023 located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/

4.    The associated North American Industry Classification System (NAICS) code is 335313 Switchgear and Switchboard Apparatus Manufacturing and the associated Product Service Code (PSC)/Federal Supply Code (FSC) is 2090 for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC/FSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured.

1 is not being set-aside for small businesses.
    
0 is being set-aside for.  The small business size standard is 1250.

5.    The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:

USS JOHN L. CANLEY
CLIN    Part Number    Description    Quantity    Unit of Measure
0001    MDS253WEA25MQANAA6YNACCX    BREAKER, MDS-C25 3 POLES, 2500 AMPS    1    EA
    Wood Packaging / DOD unique identification / Shipping    Not separately priced


6.     It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ.  No commercial financing.  DRS Naval Power Systems Inc is the Original Equipment Manufacturer (OEM) parts are required for the required Breaker on board the USS JOHN L. CANLEY.  The government intends to award this firm fixed price purchase order as a sole source.

7.     The required delivery is FOB Destination and acceptance date is on or before 20 Sep 2024.  Delivery and acceptance will occur at MSC SSU Bats San Diego 9284 Balboa Ave, San Diego, CA 92123 (ATTN: USS JOHN L. CANLEY).  

8.     The provision at FAR 52.212-1, Instructions to Offerors – Commercial applies to this acquisition and is incorporated by reference.  The provision is amended as follows:

    52.212-1 (ADDENDUM) INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

    a.     Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
 
    b.     After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

    c.     The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively.  Further, the term “award” shall be understood to describe the Government’s issuance of an order.

    d.     The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1.  Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable.

    e.     Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

    In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
    Responsible sources shall provide the following:
1.    Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price
2.    Total Firm Fixed price
3.    Any Discount Terms
4.    Estimated time of delivery
5.    Technical Submission Requirements
a.    For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.
b.    For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).
6.    Indicate principal place of performance and country of product origin.
7.    Responses to the solicitation are due 23 Feb, 2024 at 1:00 PM Eastern Standard Time.  Quotes may be e-mailed to Samuel Queen at samuel.n.queen2.civ@us.navy.mil.  To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission.  Quotes received after that time will be considered at the Government’s sole discretion.  Please reference the solicitation number on your quote.
8.    DOD Class Deviation 2023-O0001.  A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: 
(A) Small business;
(B) Service-disabled veteran-owned small business;
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB 
 Program; or 
(E) Historically underutilized business zone small business.
    Primary Point of Contact:  Samuel Queen (757) 642-0500
 

Contact Information

Contracting Office Address

  • 9276 3RD AVE BLDG LP26
  • NORFOLK , VA 23511-2313
  • USA

Primary Point of Contact

Secondary Point of Contact





History