Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOLICITATION NOTICE

61 -- REMUS 600 Autonomous Undersea Vehicle Batteries - SSJ

Notice Date
1/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-0774
 
Archive Date
1/27/2016
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source Justification This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-16-Q-0774. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a purchase order to Atlas American Corporation (dba Pro Battery Specialists, CAGE Code 45774, Hialeah, FL, 33010-2309) on a sole source basis in accordance with FAR 13.106-1(b). See attached Sole Source Justification. All responsible sources may submit a capability statement, complete product information, and pricing which will be considered by the Government. The required items are as follows: CLIN 0001: Pro Battery Specialists P/N 900432-100, 404 Each. CLIN 0002: Pro Battery Specialists P/N 900432-100, 404 Each This requirement is being solicited as an Small Business sole source requirement as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The NAICS for this requirement is 335911; the size standard is 500 employees. The resultant contract will be a Firm Fixed Price purchase order. Required delivery is: CLIN 0001: 23 February 2016 CLIN 0002: 30 March 2016 F.O.B. Destination, Newport, RI 02841. Payment by credit card is preferred, but WAWF is acceptable. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, contractor DUNs number, and payment terms. Quotes must be submitted via email to Nicholas.sanginario@navy.mil by 2:00 p.m. on 01/12/2015. Quotes received after the closing date and time specified will be ineligible for award. For questions regarding this acquisition contact Nick Sanginario at 401-832-6587. ****A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offers must contain per diem, travel expenses, labor rates, and materials.****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-0774/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03985303-W 20160109/160107234427-d89b435698148583f65adee7825af644 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.