Inactive
Notice ID:N0025322R0031
***EDIT 10/03/2022: Amendment 0002 is issued to 1) answer a vendor question, 2) replace "Attachemnt 3, Pricing" verbiage with "Section B of the SF 33" verbaige in Sections L and M, and, 3) extend the ...
***EDIT 10/03/2022: Amendment 0002 is issued to 1) answer a vendor question, 2) replace "Attachemnt 3, Pricing" verbiage with "Section B of the SF 33" verbaige in Sections L and M, and, 3) extend the closing date as shown herein.** **EDIT 09/02/2022: Amendment 0001 is issued to 1) change the standard size from 750 to 500; and 2) delete the maximum quantity of 1,470. Amendment 0001 is posted hereto.** This is a solicitation is for a firm fixed price supply contract, including 7 first article test units and 791 production units as the initial (base) quantity, with an option to purchase an additional 672 production units. The first article units will be required to pass inspection, testing, and acceptance by the Government before manufacturing any production units will be authorized. The requirements support the United States Navy and Foreign Military Sales. Award will be made to a single Offeror who represents the Lowest Price Technically Acceptable offer using Federal Acquisition Regulations Part 15 procedures. The applicable NAICS code is 332439, with a size standard of 500 employees. This procurement is Unrestricted. With the exception of Attachment 1, Drawings, the Exhibits and Attachments identified in Section J are attached hereto. To obtain Attachment 1, Drawings, the Offeror must submit its request to angela.m.barlow3.civ@us.navy.mil. The request shall include company name; complete address; CAGE code; DUNS number; and POC name, email address, and phone number. Attachment 1 is restricted by the Arms Export Control Act and Distribution Statement D. Attachment 1 will be provided only those companies that meet the following requirements: K-227-W001, Instructions for Obtaining Export-Controlled Technical Data (NAVSEA)(OCT 2018). Only the POC identified in an active JCP certification found at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx will be provided Attachment 1. Instructions for completing and submitting the DD Form 2345 to request JCP certification can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/. The Government will not extend or delay the procurement for pending Contractor JCP certifications. Per DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements, the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies to this procurement. The Offeror shall have a current (not more than 3 years old), minimum Confidence Level assessment of “Basic” as identified in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS). The Basic, Medium and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html Guidance regarding the NIST SP 800-171 DoD Assessments can be found at https://www.sprs.csd.disa.mil/. The Government will not extend or delay the procurement for pending Contractor NIST SP 800-171 assessments. Offerors wishing to submit a proposal must download the posted solicitation, attachments, and exhibits from this website and frequently monitor the site for any amendments to the solicitation. Failure to respond to the electronically posted solicitation and associated amendments, if applicable, prior to the date and time set for receipt of proposals may render an Offeror’s proposal non-responsive and result in rejection. Offerors must have a current registration in the System for Award Management (SAM) database, https://sam.gov/. All responsible sources may submit a proposal, which the agency shall consider. Submit inquiries to angela.m.barlow3.civ@us.navy.mil.