Pad Cushioning Capsule

Agency: DEPT OF DEFENSE
State: Rhode Island
Type of Government: Federal
Category:
  • 14 - Guided Missiles
Posted: Apr 26, 2023
Due: May 5, 2023
Solicitation No: N6660423Q0394
Publication URL: To access bid details, please log in.
Follow
Pad Cushioning Capsule
Active
Contract Opportunity
Notice ID
N6660423Q0394
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 26, 2023 02:42 pm EDT
  • Original Date Offers Due: May 05, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1450 - GUIDED MISSILE HANDLING AND SERVICING EQUIPMENT
  • NAICS Code:
    • 325211 - Plastics Material and Resin Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N6660423Q0394. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 325211. The Small Business Size Standard is 1,250 employees. The Product Supply Code (PSC) is 1450. This requirement is for Brand Name Capsule Cushioning Pads (lower and mid) as broken down below:





CLIN 0001 Pad Cushioning Capsule (Lower Pads), Elantas Pdg, Inc. part no. JCM 14043-001, quantity 130





CLIN 0002 Pad Cushioning Capsule (Mid Pads), Elantas Pdg, Inc. part no. JCM 14045-001, quantity 70





CLIN 0003 Pad Cushioning Capsule (Lower Pads), Elantas Pdg, Inc. part no. JCM 14043-001, quantity 100



Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name only, no substitutions. Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.





BRAND NAME SPECIFICATION:





Cytec (now known as Elantas Pdg, Inc.) is the original manufacturer of the cushioning pads. The interface cushioning pads have not changed from their original design, therefore additional certifications and testing will not be required. The process of vetting another vendor to manufacture and test the cushioning pads would be a time consuming and expensive undertaking that would exceed the critical delivery time required for the fabrication of the AURS and result in an unacceptable delay in the Fleet delivery.





Prior to production of the cushioning pads, the contractor was required to manufacture molds to the specifications of the drawings JCM-14286, JCM-14287, and JCM-14288. Once the molds were manufactured, the Government was required to complete a lengthy review and acceptance process. The contractor was also required to obtain a Tension/Compression Test Machine (MTS model 312.31 or equal), as well as a steel test platen. Upon Government acceptance of the molds, the contractor would proceed to manufacture a First Article unit, which would be shipped to NUWCDIVNPT where the Government would perform acceptance testing prior to production manufacturing.





The time involved in vetting a new contractor would be overly detrimental to the Government. The delay would introduce additional risks and cause potential delays to the construction and testing of the Virginia Class BLK IV Virginia Payload Tube (VPT) construction program, onboard the VA Class VPT submarines.





The Government estimates this purchase will satisfy this specific requirement for at least the next 1 year.





Based on the above, it is not reasonable to conclude the potential savings from competition can offset the significant duplicative cost and schedule and mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the Government to solicit and award this requirement on a brand name only basis.



Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.



F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:



FAR 52.204-19, Incorporation by Reference of Representations and Certifications;



FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;



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 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;



FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;



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 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;



DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;



DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;



DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”



DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;



DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;



DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:



In accordance with DFARS Clause 252.211-7003, the contractor 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:




  1. Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote;

  2. Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable.



Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.



Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Friday, 05 April 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 26, 2023 02:42 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

May 10, 2023[Combined Synopsis/Solicitation (Updated)] Pad Cushioning Capsule
May 23, 2023[Award Notice (Original)] Pad Cushioning Capsule
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Info Opening Time Solicitation Number Solicitation Status Bid Title Posting Group Posting Entity

State Government of Rhode Island

Bid Due: 12/30/2024

Info Opening Time Solicitation Number Solicitation Status Bid Title Posting Group Posting Entity

State Government of Rhode Island

Bid Due: 4/30/2024

24-025A1 - Addendum No. 1 to 24-025

City of Pawtucket

Bid Due: 6/13/2024

Conley Stadium Parking lot Construction Addendum 2

City of Providence

Bid Due: 5/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.