Skip to main content

An official website of the United States government

You have 2 new alerts

AV-DEC BPA

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: Oct 17, 2024 10:11 am EDT
  • Original Date Offers Due: Oct 28, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5330 - PACKING AND GASKET MATERIALS
  • NAICS Code:
    • 339991 - Gasket, Packing, and Sealing Device Manufacturing
  • Place of Performance:
    Dahlgren , VA 22448
    USA

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017825R1600

Submitted by: Carla McKown

NAICS Code:  339991

FSC/PSC Code:  5330

Anticipated Date to be published at SAM.gov:  17 OCT 2024
 

Anticipated Closing Date: 28 OCT 2024

Contracts POC Name: Carla McKown

Telephone#: (540) 500-9891

Email Address: carla.j.mckown.civ@us.navy.mil    

Code and Description:  5330 – Packing and Gasket Materials

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.   

Synopsis/Solicitation N0017825R1600 is being issued with intent to solicit and award a sole source Blanket Purchase Agreement (BPA) for supplies.  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable provisions and clauses from the Standard Procurement System.

This requirement is not eligible for small business set-aside.

Material must be TAA Compliant.

NSWCDD proposes to issue one sole source, commercial, five-year BPA for products from Aviation Devices and Electronic Components, LLC. (AV-DEC), located in Fort Worth, Texas. The BPA will reduce the procurement timelines and enable NSWCDD to establish calls to satisfy recurring requirements that cannot be accurately predicted. Calls under the BPAs will be Firm Fixed Price and shall not exceed the simplified acquisition threshold per call. Individual calls placed under this agreement will identify definitive requirements. The BPA shall include the terms to allow the government credit card and wide area workflow (WAWF) as the methods of payments.

Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity.  All calls/orders must be acknowledged by the selected contractor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal because this notice will result in a sole source BPA.  In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice.  The Government is not obligated to notify respondents of the results of this notice. Individual call numbers shall not exceed the Simplified Acquisition Procedures of $250,000.  Period of performance for the BPA not to exceed 5 years after date of BPA award. BPA calls issued will be firm fixed price. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized.

Interested parties are requested to provide a capabilities package which shall include documentation which addresses, at a minimum, your companies’ ability to perform all the requirements as outlined.  Contractor Cage Code and DUNS numbers must be included for verification of the inclusion in the System for Award Management (SAM).  The completion and submission of this capabilities package to the Government shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.  FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA.

Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104, interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and complete FAR Clause 52.219-1. 

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov .

When an order (call) is placed, the P-Card user or Contracting Officer will notify the contractor and provide their credit card or the written call order inclusive of WAWF payment information at that time. The form of payment for all orders placed under this BPA will be identified at the time of order.  When the applicable payment method is via Wide Area Workflow the contractor must follow the instructions outlined in DFARS 252.232-7006 Wide Area Workflow Payment Instructions in order for payments to be processed.

Any delivery shall be FOB Destination to Dahlgren, Virginia.  All BPA calls/orders shall be issued on a firm fixed price basis.  Questions and responses regarding this synopsis/solicitation for BPA shall submit the requested documentation no later than 28 OCT 2024, 12:00 pm (EST), via email to carla.j.mckown.civ@us.navy.mil .   Please include N0017825R1600 in the subject line.

Attachments –

-SF1449

- Sample Parts List

Contact Information

Contracting Office Address

  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA

Primary Point of Contact

Secondary Point of Contact





History