Notice of Intent to Sole Source with Reel Power Industrial for Model RS84-001 Stationary Shafted Pay-Out and Take-up Machine
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: Apr 13, 2022 11:27 am EDT
- Original Date Offers Due: Apr 26, 2022 04:30 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: May 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3990 - MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
- NAICS Code:
- 333249 - Other Industrial Machinery Manufacturing
- Place of Performance:
Description
This is a combined synopsis and solicitation for commercial items 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).
This solicitation is a Request for Quotations (RFQ); RFQ number is N6660422Q0241.
The associated North American Industry Classification System (NAICS) code for this procurement is 333249, with a small business size standard of 500 employees.
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Contract Line Item (CLIN):
CLIN 0001 - Two (2) each, Model RS84-001 Stationary Shafted Pay-Out and Take-up Machine
Price for any shipping and handling, if applicable, should be included in the CLIN pricing.
Delivery is F.O.B. Destination to Newport, RI 02841-1708.
This requirement will be awarded to Reel Power Industrial, Inc. (CAGE Code: 79649) on a sole source basis. To the best of the Government’s knowledge based on market research, Reel Power Industrial, Inc. is the sole source for the Model RS84-001 Stationary Shafted Pay-Out and Take-up Machine.
This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The full text of FAR provisions and clauses may be accessed electronically at https://acquisition.gov/far/ The full text of DFARS provisions and clauses may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
The below provisions and clauses apply to this solicitation:
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.212-1 Instructions to Offerors--Commercial Items
FAR 52.212-2 Evaluation--Commercial Items
FAR 52.212-3 (ALT 1) Offeror Representations and Certifications--Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
Payment will be made via Wide Area Workflow (WAWF).
In accordance with DFARS clause 252.211-7003, the offeror shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) Rating DO-C9
Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/
OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:
(1) Firm Fixed Pricing for CLIN 0001
(2) Estimated Delivery Lead Time for CLIN 0001
(3) Point of Contact (including name, phone number and email address)
(4) Contractor CAGE Code
Quotations shall be e-mailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotations shall be valid for no less than 30 days.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact.
Attachments/Links
Contact Information
Contracting Office Address
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
Primary Point of Contact
- Carrie Rochelle
- carrie.r.rochelle.civ@us.navy.mil
- Phone Number 4018326562
Secondary Point of Contact
- Gina Proske
- gina.m.proske.civ@us.navy.mil
- Phone Number 4018324502
History
- May 31, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)