Washington Bids > Bid Detail

Continuity Tester

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159513627672265
Posted Date: Dec 6, 2022
Due Date: Dec 21, 2022
Solicitation No: N0025323Q0005
Source: https://sam.gov/opp/b1449a881b...
Follow
Continuity Tester
Active
Contract Opportunity
Notice ID
N0025323Q0005
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 06, 2022 09:32 am PST
  • Original Response Date: Dec 21, 2022 05:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334514 - Totalizing Fluid Meter and Counting Device Manufacturing
  • Place of Performance:
    Keyport , WA 98345
    USA
Description

N0025323Q0005 Pre-Solicitation Synopsis



Naval Undersea Warfare Center Division (NUWC) Keyport intends to issue a solicitation for Continuity Tester in accordance with Statement of Work (SOW) and associated drawing 5268549 Rev B, 2047327, 2090255, 2132437, 2132610, 2132696, 2132697, 2132698, 2132699, 2132700, 5383772, 5383773, 2540999, 2541005. 2541007, 2541009, 2541023, 2541053, 2541054, 2541055, 2541056, 2541073, and 2541074. The Government will furnish the Fire Control Connector, part number 5383772, as Government Furnished Material (GFM). This is for Quantity of 15 each with three (3) options for a quantity of four (4) each option. 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 334514 and has a size standard of 750 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610.



It is anticipated that solicitation N0025323Q0005 will be available on or about December 21, 2022. 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.



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.



Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned in whole before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation no later than 3 business days prior to the solicitation closes. 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 the following may render an offer nonresponsive and result in rejection.




  • Quote all CLINs and Sub-CLINs (Unless otherwise indicated)

  • Complete all representations and certifications found within the solicitation

  • Return the signed solicitation (and signed amendments if applicable) in whole

  • Respond prior to the closing date and time established



Company Quote forms may not substituted for a completed solicitation / amendment pages. Company quote forms will NOT be accepted. All quote information must be included in the RFQ document. 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.



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
No attachments or links have been added to this opportunity.
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
  • Dec 06, 2022 09:32 am PSTPresolicitation (Original)

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 >