Antifriction Coating Soap Lubricant
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 (Original)
- Original Published Date: Mar 05, 2023 07:21 pm EST
- Original Date Offers Due: Mar 20, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 04, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7930 - CLEANING AND POLISHING COMPOUNDS AND PREPARATIONS
- NAICS Code:
- Place of Performance: Indian Head , MD 20640USA
Description
This is a combined synopsis/solicitation for non-commercial items/services 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: Antifriction Coating Soap Lubricant. 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. N0017423SIMACQG20006. The NAICS code is 325510 and the business size standard is 500. 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)
- Technical – Quotes submitted shall address all requirements/qualified parts included in the SOW.
- Price – Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED 250,000.00 (Simplified Acquisition Threshold).
Technical Drawings: N/A
***Option for Additional Quantities:
Item Antifriction Coating Lubricant,
Quantity 8000 lbs. 8000 lbs, 8000 lbs
Delivery 30 days after the exercise of the Option with additional deliveries of 16,000 lbs.
Questions/clarification regarding this solicitation must be submitted via email to christina.e.simpson@navy.mil, by 20 March 2023 12:00 PM EST. All responses will be provide 20 March 2023.
Quote packages are due by 20 March 2023 12:00 PM EST (12:00PM). Late quotes will not be considered 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.
Vendor MUST have an Wide-Area Workflow account set up for invoicing and have an “active” account with SAMs prior to submitting quote package.
The Points of Contact for this acquisition is
- Christina Simpson, at christina.e.simpson@navy.mil
Clauses Applicable to Requirement:
52.204-2; 52.204-25; 52.204-26; 52.204-2; 52.204-3; 52.204-7; 52.204-13; 52.204-19; 52.209-10; 52.211-17; 52.213-4; 52.219-1; 52.219-28; 52.222-19; 52.222-26; 52.222-50; 52.223-18; 52.225-13; 52.225-18; 52.232-1; 52.232-8; 52.232-39; 52.232-40; 52.233-1; 52.233-3; 52.233-4; 52.243-1; 52.247-17; 52.249-1; 52.249-4; 52.252-1; 52.252-2; 252.203-7000; 252.203-7002; 252.203-7005; 252.204-7003; 252.204-7008; 252.204-7009; 252.204-7012; 252.204-7015; 252.211-7003; 252.225-7001; 252.225-7048; 225.232-7003; 252.232-7006; 252.243-7001; 252.244-7000; 252.247-7023; 252.204-7019; 252.204-7020; 252.232-7017
Attachments/Links
Contact Information
Contracting Office Address
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
Primary Point of Contact
- CHRISTINA E SIMPSON
- CHRISTINA.E.SIMPSON@NAVY.MIL
- Phone Number 3017446627
Secondary Point of Contact
History
- Apr 14, 2023 11:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 20, 2023 10:45 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 05, 2023 07:21 pm ESTCombined Synopsis/Solicitation (Original)