Washington Bids > Bid Detail

Helo Retrieval Net Assembly

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159431514937597
Posted Date: Dec 18, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/5392c6142e...
Helo Retrieval Net Assembly
Active
Contract Opportunity
Notice ID
N00253Q0110
Related Notice
N0025323Q0110
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 18, 2023 02:36 pm PST
  • Original Published Date: Dec 04, 2023 05:11 pm PST
  • Updated Date Offers Due: Jan 08, 2024 05:00 pm PST
  • Original Date Offers Due: Dec 19, 2023 04:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 08, 2024
  • Original Inactive Date: Jun 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    Keyport , WA 98345
    USA
Description

Amendment 0001 (12/18/2023) SIGNATURE REQUIRED, Extends response closing date to 01/08/2024.





Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting for Helo Retrieval Net Assembly in accordance with (IAW) with the Statement of Work (SOW) and associated Drawing 7447766 G for a quantity of two (2) each, an option year of two (2) each, and an option year of one (1) each. 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 request for quotation (RFQ) N0025323Q0110, 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 332710 and has a size standard of 500 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: brook.m.smith.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) Join Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at https://www.dla.mil/Logistics-Operations/Services/JCP/SpecificDD2345Instructions/. 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 site.




Attachments/Links
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 >