N66001-24-Q-6307, Custom Large Welds and Assemblies
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: Solicitation (Original)
- Original Published Date: Jul 22, 2024 12:27 pm PDT
- Original Date Offers Due: Jul 25, 2024 08:00 am PDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 09, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 54 - PREFAB STRUCTURES/SCAFFOLDING
- NAICS Code:
- 332111 - Iron and Steel Forging
- Place of Performance:
Description
This is a combined synopsis/solicitation for commercial products and commercial services
prepared in accordance with the format in Federal Acquisition Regulation (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
separate written solicitation will not be issued. This enclosure is an addendum to FAR
provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial
Services, which applies to this acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-
24-Q-6307. The North American Industry Classification System (NAICS) code applicable
to this acquisition is 332111 - Iron and Steel Forging and the small business size
standard is 750 employees. This procurement is a Small Business Set-Aside. Only quotes
submitted by Small Business Concerns will be accepted by the Government. Any quote
that is submitted by a non-Small Business Concern will not be considered for award.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire Custom Large Welds and Assemblies in accordance
with NIWC drawings*. To be considered acceptable and eligible for award, quotes must
provide all of the items and quantities listed below. The Government will not consider
quotes or offers for partial items or quantities. Anticipated contract line items are as
follows:
CLINPNDescriptionQTY
1TT-24-014-A01S-BEAM CLAMP6
2TT-24-014-A02DEFLECTOR ASSY1
3TT-24-014-A03LIFT CRADLE ASSY1
4TT-24-014-A04SIDE ENCLOSURE, PORT1
5TT-24-014-A05SIDE ENCLOSURE, STBD1
6TT-24-014-W04SAFECAP LANDING PLATFORM2
7TT-24-014-W05CURSOR STRONGBACK1
8TT-24-014-W06SAFECCAP CLAMP BAR2
9TT-24-014-W07BUMPER WELDMENT2
10TT-24-014-W08TT END COVER1
11TT-24-014-W09CW LOCK BAR1
12TT-24-014-67PIN BAR1
13TT-24-014-68THRUSTER PROP BAR1
14TT-24-014-69COUNTERWIEGHT10
*The exact specifications are provided on NIWC Pacific drawing TT-24-014.
INTERESTED PARTIES MUST EMAIL CONTRACT SPECIALIST MARTIN MEJIA AT
martin.d.mejia.civ@us.navy.mil FOR DRAWINGS.
Note: This is a Defense Priorities and Allocations System (DPAS) assigned rating of DX-
C9.
The delivery date must be 8-10 weeks ARO (estimated award date is 5 August 2024).
The Government will be accepting partial shipments, but all items must be delivered NLT
10 weeks ARO.
The Government is seeking Free on Board (FOB) Destination pricing to the following
shipping address: San Diego, California 92110 (full address will be disclosed at award).
OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) contract resulting from this
solicitation to the responsible offeror whose quotation conforming to the solicitation is
most advantageous to the Government as defined in the "EVALUATION FACTORS FOR
AWARD" Section below. A complete quote must be received for consideration. Respond to
each item listed below, if the response is "None" or "Not applicable," explicitly state and
explain. The Government may consider quotes that fail to address or follow all
instructions to be non-responsive and ineligible for contract award. A complete quote
includes a response and submission to each of the following:
1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID
(ensure Representation and Certifications are up to date in SAM.gov), Business Size and
Type of Small Business based on applicable NAICS Code as provided above, Federal Tax
ID, Primary Point of Contract (to include telephone and e-mail address) and provide a
GSA contract number if some or all items proposed are on the GSA schedule. FAR
provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial
Products and Commercial Services, applies to this acquisition. Offerors must include a
completed copy of this provision with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: Quoters are encouraged to submit pertinent
technical information of the quoted items to facilitate the evaluation. The quote must
address and meet the requirements/specifications as defined under Technical Factor I
below.
b.Sustainable Acquisitions Information and Certification: The contractor shall comply
with all sustainable acquisition policies in an effort to minimize the Government's
environmental impact and deliver community benefits through better selection and
improved usage of products and services. In accordance FAR Part 23, sustainable
acquisition policies apply to both contracts for products and services that require the
delivery, use, or furnishing of products/services to the Government. Indicate if any the
following sustainable acquisition categories apply to any products or services proposed:
Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-
ozone depleting substances, Less Toxic and/or Less GHGs.
3.Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the
extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB
Destination shipping costs are included in the pricing.
4.Commercial Warranty: If available, provide the terms and length of the
Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed
included in the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis for Award: The Government intends to award a contract to the responsive,
responsible vendor, whose quote conforming to the RFQ is most advantageous to the
Government, price and other factors considered. Technical, price and past performance
factors will be used to evaluate quotes. The vendor must be registered in the System for
Award Management (SAM). The Government reserves the right to award no contract at
all, depending on the quality of quotes submitted and availability of funds.
Factor I – Technical: The Government will evaluate the quote and verify if the following
specification requirements are met to include all information required for a complete
quote as defined in paragraph 2 above.
Factor II – Price: The Government will evaluate the total price to determine if it is fair
and reasonable. The price quote shall include a unit price for each item and a total firm-
fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes,
shipping, and handling costs to the shipping address listed above as outlined in
paragraph 3 above.
Factor III – Past Performance: The Government will evaluate past performance,
beginning with the lowest priced quote, by reviewing sources that may include, but are
not limited to, information from Government personnel and information from sources
such as the offeror's Responsibility/Qualification (R/Q) documentation in System for
Award Management (SAM). The Government will consider supplier risk to assess the risk
of unsuccessful performance and supply chain risk using the past performance data in
the Supplier Performance Risk System (SPRS) to include quality, delivery, and other
contractor performance information.
Factor IV – Special Evaluation Factors:
Lead time to deliver custom machined parts shall be 8-10 weeks ARO to meet Project
schedules. The Contractor shall provide proof that it has manufactured comparable
structures for subsea use for other Government customers. The Contractor shall provide
at least 2 Government references that NIWC Pacific may reach out to validate past
performance. Specifically, the contractor shall be able to demonstrate that it has
successfully fabricated similar structures that have been successfully load tested and
certified for deployment in the maritime environment.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors must have a completed registration in the System for
Award Management (SAM) website prior to award of contract. Information can be found
at https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered CAGE and Unique Entity ID.
Page Limitations: Ensure to stay within the page limitations as follows: None
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text
shall be formatted on an 8 ½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 24 hours before the due date. Questions must be uploaded on the NAVWAR
e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC
Pacific/Simplified Acquisitions/N66001-24-Q-6307. Include RFQ# N66001-24-Q-6307 on
all inquiries. Questions may be addressed at the discretion of the Government.
Requests for drawing specifications can be sent directly to
martin.d.mejia.civ@us.navy.mil.
RFQ Due Date and Submission Requirements: This RFQ closes on 25 July 2024 at
8:00AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at
https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-
24-Q-6307. E-mail quotes or offers will not be accepted and late quotes will not be
accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the
NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The Contract Specialist point of contact for this
solicitation is Martin Mejia at martin.d.mejia.civ@us.navy.mil. Reference RFQ# N66001-
24-Q-6307 on all email exchanges regarding this acquisition.
RFQ ATTACHMENTS
1.C1.5 ATTACHMENT 00 COMBINED SYNOPSIS_SOLICITATION
2.C1.5 ATTACHMENT 01 FAR & DFARS REPS AND CERTS
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal
Acquisition Circular (FAC)
2024-05 effective 05/22/2024, and Defense Federal Acquisition Regulation Supplement
(DFARS) Publication
Notice (DPN) 05/30/2024. It is the responsibility of the contractor to be familiar with the
applicable clauses and
provisions. The clauses can be accessed in full text at
https://www.acquisition.gov/content/regulations.
The following FAR and DFARS Provisions, incorporated by reference, apply to this
acquisition:
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services-Representation
52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and
Disclosures
52.212-1, Instructions to Offerors- Commercial Items
52.212-3, Alternate 1, Offeror Representations and Certifications- Commercial Items
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment or
Services—Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services—
Representation
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk
System in Past Performance Evaluations
252.225-7000, Buy American—Balance of Payments Program Certificate
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region–Representation
FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or
Executive Orders—
Commercial Products and Commercial Services, applies to this acquisition and includes
the following clauses by
reference:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application
52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment.
52.219-6, Notice of Total Small Business Set Aside
52.219-28, Post-Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.226-8, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.232-33, Payment by Electronic Funds Transfer— System for Award Management
The following FAR and DFARS Clauses, incorporated by reference, apply to this
acquisition:
52.204-13, System for Award Management Maintenance
52.204-18, Commercial and Government Entity Code Maintenance
52.211-15, Defense Priority and Allocation Requirements
52.212-4, Contract Terms and Conditions—Commercial Items
52.225-13, Restrictions of Certain Foreign Purchases
52.232-39, Unenforceability of Unauthorized Obligations
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
(DEVIATION 2024-O0013, Revision 1)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services
252.204-7020, NIST SP 800-171 DoD Assessment Requirements
252.204-7022, Expediting Contract Closeout
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government- Assigned Serial Numbers
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program—Basic
252.225-7012, Preference for Certain Domestic Commodities
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea—Basic
52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the
same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is
cautioned that the listed provisions may include blocks that must be completed by the
offeror and submitted with its
quotation or offer. In lieu of submitting the full text of those provisions, the offeror may
identify the provision by
paragraph identifier and provide the appropriate information with its quotation or offer.
Also, the full text of a
solicitation provision may be accessed electronically at this/these address(es):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).
(End of clause)
52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also,
the full text of a clause may
be accessed electronically at this/these address(es):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).
(End of clause)
52.252-6 Authorized Deviations In Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR
Chapter 1) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation
Supplement (48 CFR
Chapter 2) clause with an authorized deviation is indicated by the addition
of "(DEVIATION)" after the name of the
regulation.
(End of clause)
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy
Program Use
Any contract awarded as a result of this solicitation will be a DX rated order certified for
national defense, emergency preparedness, and energy program use under the Defense
Priorities and Allocations System (DPAS) (15 CFR700), and the Contractor will be
required to follow all of the requirements of this regulation.
H-3 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION
(a) Definition.
"Confidential Business Information," (information) as used in this text, is defined as all
forms and types of financial,
business, economic or other types of information other than technical data or computer
software/computer software
documentation, whether tangible or intangible, and whether or how stored, compiled, or
memorialized physically,
electronically, graphically, photographically, or in writing if -- (1) the owner thereof has
taken reasonable measures
to keep and protect such information, and (2) the information derives independent
economic value, actual or
potential from not being generally known to, and not being readily ascertainable through
proper means by, the
public. Information does not include technical data, as that term is defined in DFARS
252.227-7013(a)(14),
252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include
computer software/computer
software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and
252.227-7018(a)(4).
(b) The Naval Information Warfare Systems Command (NAVWAR) may release to
individuals employed by
NAVWAR support contractors and their subcontractors. Information submitted by the
contractor or its
subcontractors pursuant to the provisions of this contract. Information that would
ordinarily be entitled to
confidential treatment may be included in the information released to these individuals.
Accordingly, by submission
of a proposal or execution of this contract, the offeror or contractor and its
subcontractors consent to a limited
release of its information, but only for purposes as described in paragraph (c) of this
text.
(c) Circumstances where NAVWAR may release the contractor's or subcontractors'
information include the
following:
(1) To other NAVWAR contractors and subcontractors, and their employees tasked with
assisting NAVWAR in
handling and processing information and documents in the administration of NAVWAR
contracts, such as file room
management and contract closeout; and,
(2) To NAVWAR contractors and subcontractors, and their employees tasked with
assisting NAVWAR in
accounting support services, including access to cost-reimbursement vouchers.
(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors
from competitive harm that
could result from the release of such information. NAVWAR will permit the limited release
of information under
paragraphs (c)(1) and (c)(2) only under the following conditions:
(1) NAVWAR determines that access is required by other NAVWAR contractors and their
subcontractors to
perform the tasks described in paragraphs (c)(1) and (c)(2);
(2) Access to information is restricted to individuals with a bona fide need to possess;
(3) Contractors and their subcontractors having access to information have agreed under
their contract or a separate
corporate non-disclosure agreement to provide the same level of protection to the
information that would be
provided by NAVWAR employees. Such contract terms or separate corporate non-
disclosure agreement shall
require the contractors and subcontractors to train their employees on how to properly
handle the information to
which they will have access, and to have their employees sign company non-disclosure
agreements certifying that
they understand the sensitive nature of the information and that unauthorized use of the
information could expose
their company to significant liability. Copies of such employee non-disclosure agreements
shall be provided to the
Government; and
(4) NAVWAR contractors and their subcontractors performing the tasks described in
paragraphs (c)(1) or (c)(2)
have agreed under their contract or a separate non-disclosure agreement to not use the
information for any purpose
other than performing the tasks described in paragraphs (c)(1) and (c)(2).
(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by
this text.
(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts
at any tier that requires the
furnishing of information.
(End of Clause)
Attachments/Links
Contact Information
Contracting Office Address
- 53560 HULL STREET
- SAN DIEGO , CA 92152-5001
- USA
Primary Point of Contact
- Martin D Mejia
- martin.d.mejia.civ@us.navy.mil
- Phone Number 6195533292
Secondary Point of Contact
History
- Aug 09, 2024 08:55 pm PDTSolicitation (Original)