Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0025323Q00004
***Amendment 0004 cancels this solicitation in it's entirety*** ***Amendment 0003 answers vendor questions. The solicitation closing date is not extended.*** ***Amendment 0002 extends the closing date...
***Amendment 0004 cancels this solicitation in it's entirety*** ***Amendment 0003 answers vendor questions. The solicitation closing date is not extended.*** ***Amendment 0002 extends the closing date of the solicitation from November 29, 2022 at 2 PM PST to December 6, 2022 at 2 PM PST. Please sign and date one (1) copy of the first page to include along with your completed quote. Please note that amendment 0001 was combined with the solicitaion N00253Q0004, no signature for Amendment 0001 is needed*** Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting for MK440 MOD 1 Support Equipment: 25 Pin Extender Assembly, two (2) each, Exploder Test Set Maintenance Aid, two (2) each, and two (2) option years for 25 Pin Extender, two (2) each, and Test Set Maintenance Aid, two (2) each in Accordance With (IAW) the Statement of Work (SOW), Drawing Package 255194 Rev F: Extender 25 Pin Assembly, and Drawing Package 251197 Rev F: Maintenance Aid, Exploder Test Set. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation, issued as a request for quotation (RFQ) N0025323Q0004, is attached to this announcement. The proposed contract is 100% set aside for small business concerns. Applicable North American Industry Classification System (NAICS) code for this requirement is 332994 and has a size standard of 1,000 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: lesley.l.grafe.civ@us.navy.mil No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation, and respond to this RFQ with associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/. Restricted drawings and technical information are available through SAM.gov. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.