SONAR DOME SCUTTLE DOOR

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Posted: Nov 1, 2022
Due: Nov 4, 2023
Solicitation No: N5005423Q0005
Publication URL: To access bid details, please log in.
Follow
SONAR DOME SCUTTLE DOOR
Active
Contract Opportunity
Notice ID
N5005423Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
MID ATLANTIC REG MAINT CTR
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: Nov 01, 2022 07:11 am EDT
  • Original Date Offers Due: Nov 04, 2023 07:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2040 - MARINE HARDWARE AND HULL ITEMS
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation will be posted to the System for Award Management at https://sam.gov/ and/or Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice.





The RFQ number is N5005423Q0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Change Notice 20220929.





PIEE: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N5005423Q0005





The Government intends to solicit and contract with only one source Pemco-Naval Engineering Works, INC., for the Scuttle Lower Sonar Dome under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.





Applicable Information:





FSC/PSC is: 2040



NAICS code is 332999





Required Delivery Date (RDD) or Period of Performance (POP): 10/23/2023





Delivery Location:





DLA Distribution Norfolk RMC PROJ



Bunker Hill Tow away Bldg. X136



Norfolk, VA 23511





Shipping Terms: Shipping shall be FOB Destination (see FAR 52.247-34)





System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.





All quotes shall be submitted via Microsoft Word or Excel spreadsheet, and/or Adobe PDF. Quotes must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Responses to this solicitation are due by 12:00pm EST on 11/03/2022. Quotes shall be emailed to darlene.p.shipp.civ@us.navy.mil. No hard copies will be accepted.





Quotes shall be valid for sixty (60) days (at a minimum).



Provisions and Clauses:





It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Full text versions of each provision and clause may be accessed via the following websites:





FAR: www.acquisition.gov



DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx





The following FAR and DFARS provisions and clauses are applicable to this procurement. Supplementary provisions and clauses may be added/removed prior to award.





52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-7 System for Award Management



2.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-13 System for Award Management Maintenance



52.204-19 Incorporation by Reference of Representations and Certifications



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



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 Services or Equipment



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.212-1 Instructions to Offerors - Commercial Products and Commercial Services



52.212-2 Evaluation - Commercial Products and Commercial Services



52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns



52.219-28 Post-Award Small Business Program Representation



52.222-3 Convict Labor



52.222-19 Child Labor-Cooperation with Authorities and Remedies



52.222-21 Prohibition of Segregated Facilities



52.222-22 Previous Contracts and Compliance Reports



52.222-26 Equal Opportunity



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.225-13 Restriction on Certain Foreign Purchases



52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



52.232-33 Payment by Electronic Funds Transfer--System for Award Management



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



2.233-3 Protest after Award.



52.233-4 Applicable Law for Breach of Contract Claim



52.240-22 Alternative Line Item Proposal



52.247-34 FOB Destination



52.252-1 Solicitation Provisions Incorporated by Reference



52.252-2 Clauses Incorporated by Reference



252.203-7000 Requirements Relating to Compensation of Former DOD Officials



252.203-7002 Requirements to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating to Compensation of Former DoD Officials



252.204-7003 Control of Government Personnel Work Product



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.204-7020 NIST SP 800-171 DoD Assessment Requirements



252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism



252.211-7003 Item Unique Identification and Valuation



252.211-7008 Use of Government-Assigned Serial Numbers



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



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7000 Buy American--Balance of Payments Program Certificate



252.225-7001 Buy American and Balance of Payments Program



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7048 Export-Controlled Items



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7010 Levies on Contract Payments



252.244-7000 Subcontracts for Commercial Items



252.246-7000 Material Inspection and Receiving Report



252.247-7023 Transportation of Supplies by Sea





Provisions and Clauses in full text:



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.



As prescribed in 4.2105(c), insert the following provision:



Covered Telecommunications Equipment or Services-Representation (Oct 2020)



(a) Definitions. As used in this provision, covered telecommunications equipment or services and reasonable inquiry have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services.



(c) (1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.



(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.



(End of provision)



FAR 52.247-34 F.o.b. Destination.



As prescribed in 47.303-6(c), insert the following clause:



F.o.b. Destination (Nov 1991)



(a) The term f.o.b. destination, as used in this clause, means-



(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and



(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or constructive placement as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including piggyback) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for heavy or bulky freight. When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.



(b) The Contractor shall-



(1) (i) Pack and mark the shipment to comply with contract specifications; or



(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;



(2) Prepare and distribute commercial bills of lading;



(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;



(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;



(5) Furnish a delivery schedule and designate the mode of delivering carrier; and



(6) Pay and bear all charges to the specified point of delivery.



(End of clause)



Attachments:





ATTACHMENT I: FAR 52.212-5 in full text



ATTACHMENT I1: Statement of Work



ATTACHMENT III: Redacted Justification and Approvals




Attachments/Links
Contact Information
Contracting Office Address
  • 9727 AVIONICS LOOP BLDG LF-18
  • NORFOLK , VA 23511-2124
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 01, 2022 07:11 am EDTCombined Synopsis/Solicitation (Original)
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

Follow FD2030-24-00180 Active Contract Opportunity Notice ID FD2030-24-00180 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/01/2024

Follow Microsystems Exploration Active Contract Opportunity Notice ID DARPA-PA-23-05 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 9/28/2024

Follow Convert R-22 McKinley Climatic Lab Eglin AFB FL. Active Contract Opportunity Notice

Federal Agency

Bid Due: 7/31/2024

Follow SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT

Federal Agency

Bid Due: 4/23/2025

* 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.