Washington Bids > Bid Detail

25 Pin Extender Assembly & Exploder Test Set Maintenance Aid

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159009416166961
Posted Date: Jul 27, 2023
Due Date: Aug 10, 2023
Solicitation No: N0025323Q0099
Source: https://sam.gov/opp/8577c351d2...
Follow
25 Pin Extender Assembly & Exploder Test Set Maintenance Aid
Active
Contract Opportunity
Notice ID
N0025323Q0099
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL UNDERSEA WARFARE CENTER
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jul 27, 2023 11:52 am PDT
  • Original Published Date: Jul 26, 2023 02:59 pm PDT
  • Updated Response Date: Aug 10, 2023 05:00 pm PDT
  • Original Response Date: Aug 10, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 10, 2024
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4921 - TORPEDO MAINTENANCE, REPAIR, AND CHECKOUT SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:
    Keyport , WA 98345
    USA
Description View Changes

Naval Undersea Warfare Center Division (NUWC) Keyport intends to issue a solicitation for 25 Pin Extender Assembly for a quantity of two (2) each, and an Exploder Test Set Maintenance Aid for a quantity of two (2) each, with two (2) Option years with a quantity of two (2) each per option CLIN, per year. This requirement is to be manufactured in accordance with (IAW) drawing package 2551194 and 2551197 and the statement of work. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1. The government anticipates award of one (1) firm fixed price type contract. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. 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. It is anticipated that solicitation N0025323Q0099 will be available on or about 10 August 2023. The solicitation closing date is anticipated to be 15 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation.





Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety 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: amanda.r.gutgsell.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 will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. 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.

In order to gain access to the drawing, please submit your company's completed JCP Certification (DD2345) to amanda.r.gutgsell.civ@us.navy.mil and request access via this posting.





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.




Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION KEYPORT NWCF 610 DOWELL STREET
  • KEYPORT , WA 98345-7610
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >