UNIVERSAL POWER MODULE (Unholtze-Dickie Corporation)
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: Jan 18, 2023 01:41 pm PST
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: Manual
- Updated Inactive Date: Jul 18, 2023
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Keyport , WA 98345USA
Description
Naval Undersea Warfare Center Division Keyport intends to solicit specific items manufactured by only one source under the authority of FAR 13.106-1(b)(i). A firm fixed priced contract will be awarded for the procurement of PMI-60 Power Modules for a quantity of two (2) each, manufactured by Unholtz-Dickie Corp. This requirement is being issued as a combined synopsis/solicitation for commercial Items in accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation number issued as a request for quotation (RFQ) is N0025323Q0019 and is attached to this announcement. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the attached solicitation. The applicable NAICS code for this requirement is 334519 and has a size standard of 500 (# of employees). The government prefers FOB Destination pricing to NUWC Keyport, WA 98345-7610.
Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and offers should be submitted via e-mail to: patricia.j.rees.civ@us.navy.mil.
No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to this RFQ with associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection.
Company quote forms will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable.
Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a federal government owned website.
Contact Information
Primary Point of Contact
- Patti Rees
- patricia.j.rees.civ@us.navy.mil