Washington Bids > Bid Detail

25 Pin Extender Assembly & Exploder Test Set Maintenance Aid

Agency:
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159227809502005
Posted Date: Sep 7, 2023
Due Date: Sep 13, 2023
Solicitation No: N0025323Q0099
Source: https://sam.gov/opp/d3d3335ce2...
25 Pin Extender Assembly & Exploder Test Set Maintenance Aid
Active
Contract Opportunity
Notice ID
N0025323Q0099
Related Notice
N0025323Q0099
Department/Ind. Agency
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 (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Sep 06, 2023 03:53 pm PDT
  • Original Published Date: Aug 19, 2023 04:23 pm PDT
  • Updated Date Offers Due: Sep 13, 2023 05:00 pm PDT
  • Original Date Offers Due: Sep 06, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:
    Keyport , WA 98345
    USA
Description

AMENDMENT 0001 9/6/2023 : SIGNATURE REQUIRED. This amendment extends the solicitation closing date to 9/13/2023 5:00pm PST.

Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting 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 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) N0025323Q0099 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 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: rebecca.a.jett.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.





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
Attachments
Document File Size Access Updated Date
Amendment 0001.pdf (opens in new window)
363 KB
Public
Sep 06, 2023
N0025323Q0099.pdf (opens in new window)
791 KB
Public
Aug 19, 2023
DWG 2551197.pdf
8 MB
Controlled
Aug 19, 2023
DWG 2551194.pdf
2 MB
Controlled
Aug 19, 2023
file uploads

info alert

Please Sign In: This opportunity has controlled attachments. You must sign in to access them.
Sign In
Contact Information
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 >