Skip to main content

An official website of the United States government

You have 2 new alerts

CCU-22 Firing Pin Housing

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: Apr 14, 2022 12:46 pm EDT
  • Original Published Date: Apr 13, 2022 10:00 am EDT
  • Updated Date Offers Due: Apr 28, 2022 04:00 pm EDT
  • Original Date Offers Due: Apr 28, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 13, 2022
  • Original Inactive Date: May 13, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5342 - HARDWARE, WEAPON SYSTEM
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA

Description

*4/14/2022 Posting modified to include First Article Testing information and update the Statement of Work and RFQ to reflect that information.

This is a combined synopsis/solicitation for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Firing Pin Housing. This solicitation will be competed as Full and Open. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017422Q0028. The NAICS code is 332510 and the business size standard is 750. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will make award based on the availability of funds.

Evaluation Factors (in order of importance)

  1. Technical – Quotes submitted shall address all requirements/qualified parts included in the RFQ and SOW.
  2. Price – Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED 250,000.00 (Simplified Acquisition Threshold).

In order to submit a proposal, technical drawings must be requested.

Technical Drawings:

This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint  Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.

If interested, technical drawings need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical drawing release. Drawing requests must be made via email to sarah.n.hayden@navy.mil, luccien.d.fitzpatrick.civ@us.navy.mil, and david.greaves@navy.mil by Monday 18 April 2022 1:00 PM EST.

Questions/clarification regarding this solicitation must be submitted via email to sarah.n.hayden@navy.mil, luccien.d.fitzpatrick.civ@us.navy.mil , and david.greaves@navy.mil by Wednesday 20 April 2022 12:00 PM EST. All responses will be provide COB Friday 22 April 2022.

Quote packages are due by 28 April 2022 4:00 PM EST (COB). Late quotes will not be considered. Please fill in clauses in RFQ as they apply to your business. Quote packages shall be sent to sarah.n.hayden@navy.mil, luccien.d.fitzpatrick.civ@us.navy.mil , and david.greaves@navy.mil and contain a cover sheet that provides the following information:

1. Official Company Name;

2. Point of contact including name and phone number; and

3. DUNS number and Cage Code.

The Points of Contact for this acquisition is

  1. Sarah Hayden, at sarah.n.hayden@navy.mil
  2. Dr. David Greaves, at david.greaves@navy.mil
  3. Luccien Fitzpatrick, at luccien.d.fitzpatrick.civ@us.navy.mil

Contact Information

Contracting Office Address

  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA

Primary Point of Contact

Secondary Point of Contact

History