United States - N66001-24-Q-6221 - Custom Shipboard Cradle Fixture
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 07 June 2024
- Opportunity publication date
- 04 June 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
RFQ No. N66001-24-Q-6221Issue Date: 28 May 20241Combined Synopsis/Solicitation TemplateThis 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-6221. 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 REQUIREMENTSThe Government is seeking to acquire Custom Shipboard Cradle Fixture. 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:TEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE0001 Custom Shipboard Cradle Fixture * (Specs found on Attachment 1) 1*The exact specifications are provided on NIWC Pacific drawing TT-24-015 (See Attachment 1).Note: This is a Defense Priorities and Allocations System (DPAS) assigned rating of DX-C9.The expected delivery date is 12-16 weeks ARO (estimated award date is 9 July 2024). 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 INSTRUCTIONSThe 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 andRFQ No. N66001-24-Q-6221Issue Date: 28 May 20242deliver 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 12-16 weeks ARO to meet Project schedules. The Contractor shall provide proof that it has manufactured comparable welded steel structures for shipboard service 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 shipboard structures that have been successfully load tested and certified for deployment in the maritime environment.DUE DATE AND SUBMISSION INFORMATIONEligible 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: NoneFormatting 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.RFQ No. N66001-24-Q-6221Issue Date: 28 May 20243Questions Due Date and Submission Requirements: All questions must be received before 48 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-6221. Include RFQ# N66001-24-Q-6221 on all inquiries. Questions may be addressed at the discretion of the Government.RFQ Due Date and Submission Requirements: This RFQ closes on 3 June 2024 at 5:00PM, 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-6221. 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 Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil. Reference RFQ# N66001-24-Q-6221 on all email exchanges regarding this acquisition.RFQ ATTACHMENTS1. Specifications NIWC Drawing2. Reps and Certs to be completed and signedAPPLICABLE PROVISIONS AND CLAUSESThis solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)2024-04 effective 05/01/2024, and Defense Federal Acquisition Regulation Supplement (DFARS) PublicationNotice (DPN) 04/25/2024. It is the responsibility of the contractor to be familiar with the applicable clauses andprovisions. 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 Management52.204-16, Commercial and Government Entity Code Reporting52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment52.204-26, Covered Telecommunications Equipment or Services-Representation52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use52.212-1, Instructions to Offerors- Commercial Items52.212-3, Alternate 1, Offeror Representations and Certifications- Commercial Items252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7008, Compliance with Safeguarding Covered Defense Information Controls252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements252.204-7024, Notice on the Use of the Supplier Performance Risk System252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.225-7000, Buy American—Balance of Payments Program Certificate252.225-7055, Representation Regarding Business Operations with the Maduro Regime252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–RepresentationFAR 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 byreference:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-27, Prohibition on a ByteDance Covered ApplicationRFQ No. N66001-24-Q-6221Issue Date: 28 May 2024452.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.52.211-15, Defense Priority and Allocation Requirements52.219-6, Notice of Total Small Business Set Aside52.219-28, Post-Award Small Business Program Rerepresentation52.222-3, Convict Labor52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Equal Opportunity for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer— System for Award ManagementThe following FAR and DFARS Clauses, incorporated by reference, apply to this acquisition:52.204-13, System for Award Management Maintenance52.204-18, Commercial and Government Entity Code Maintenance52.212-4, Contract Terms and Conditions—Commercial Items52.225-13, Restrictions of Certain Foreign Purchases52.232-39, Unenforceability of Unauthorized Obligations252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.204-7020, NIST SP 800-171 DoD Assessment Requirements252.204-7022, Expediting Contract Closeout252.211-7003, Item Unique Identification and Valuation252.211-7008, Use of Government- Assigned Serial Numbers252.223-7008, Prohibition of Hexavalent Chromium252.225-7001, Buy American and Balance of Payments Program—Basic252.225-7012, Preference for Certain Domestic Commodities252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area WorkFlow Payment Instructions252.232-7010, Levies on Contract Payments252.244-7000, Subcontracts for Commercial Items252.247-7023, Transportation of Supplies by Sea—Basic52.252-1 Solicitation Provisions Incorporated by ReferenceThis solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as ifthey were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror iscautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with itsquotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision byparagraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of asolicitation provision may be accessed electronically at this/these address(es):The FAR provisions, clauses and deviations can be accessed in full text athttps://www.acquisition.gov/browse/index/far (FAR clauses and deviations) andRFQ No. N66001-24-Q-6221Issue Date: 28 May 20245https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).(End of clause)52.252-2, Clauses Incorporated by ReferenceThis contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause maybe accessed electronically at this/these address(es):The FAR provisions, clauses and deviations can be accessed in full text athttps://www.acquisition.gov/browse/index/far (FAR clauses and deviations) andhttps://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 anauthorized 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 CFRChapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of theregulation.(End of clause)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 softwaredocumentation, 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 measuresto keep and protect such information, and (2) the information derives independent economic value, actual orpotential from not being generally known to, and not being readily ascertainable through proper means by, thepublic. 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/computersoftware 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 byNAVWAR support contractors and their subcontractors. Information submitted by the contractor or itssubcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled toconfidential treatment may be included in the information released to these individuals. Accordingly, by submissionof a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limitedrelease 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 thefollowing:(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR inhandling and processing information and documents in the administration of NAVWAR contracts, such as file roommanagement and contract closeout; and,(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR inRFQ No. N66001-24-Q-6221Issue Date: 28 May 20246accounting support services, including access to cost-reimbursement vouchers.(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm thatcould result from the release of such information. NAVWAR will permit the limited release of information underparagraphs (c)(1) and (c)(2) only under the following conditions:(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors toperform 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 separatecorporate non-disclosure agreement to provide the same level of protection to the information that would beprovided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shallrequire the contractors and subcontractors to train their employees on how to properly handle the information towhich they will have access, and to have their employees sign company non-disclosure agreements certifying thatthey understand the sensitive nature of the information and that unauthorized use of the information could exposetheir company to significant liability. Copies of such employee non-disclosure agreements shall be provided to theGovernment; 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 purposeother 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 thefurnishing of information.(End of Clause)
- Opportunity closing date
- 07 June 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- NIWC PACIFIC
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.