Agency: | DEPT OF DEFENSE |
---|---|
State: | Federal |
Type of Government: | Federal |
Category: | |
Posted: | Mar 21, 2024 |
Due: | Mar 28, 2024 |
Solicitation No: | N6660424Q0319 |
Publication URL: | To access bid details, please log in. |
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).
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the 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; quotations are being requested and a written solicitation will not be issued.
This procurement is being solicited as full and open competition as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 335999; the Small Business Size Standard is 600 employees.
Request for Quote (RFQ) Number is N66604-24-Q-0319.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Quantity of one (1) Actively Q-Switched TM Fiber Laser pumped HO: YAG Laser, in accordance with the attached minimum requirements sheet.
The required shipping method is F.O.B. Destination to Newport, RI 02841.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items
The following DFARS clauses apply to this solicitation:
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information,
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting,
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors.
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF).
The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable: (1) The offeror must provide items required, in the required quantities; (2) Offerors shall provide proof that the items are shipped from the US; (3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address) and contractor CAGE code. A quote received after the closing date and time specified may be ineligible for award.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
The quote may be submitted via email to the email address below and must be received on or before Thursday, 28 March 2024 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
With GovernmentContracts, you can:
...Follow Digital Video Surveillance System Active Contract Opportunity Notice ID N6449824R4018... for the ...
DEPT OF DEFENSE
Bid Due: 5/01/2024
...: RECONNAISSANCE & SURVEILLANCE (R&S): USASOC must provide operators with the ability to ...
DEPT OF DEFENSE
Bid Due: 4/01/2025
...operational environments. Focus Area 2: RECONNAISSANCE & SURVEILLANCE (R&S): USASOC must provide... traditional ...
DEPT OF DEFENSE
Bid Due: 4/01/2025