Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOLICITATION NOTICE

49 -- Mk62 Leak Test Stand Controller

Notice Date
4/29/2025 5:45:17 AM
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025325Q7012
 
Response Due
5/14/2025 1:00:00 PM
 
Archive Date
06/30/2025
 
Point of Contact
Jessica Reichard
 
E-Mail Address
jessica.r.reichard.civ@us.navy.mil
(jessica.r.reichard.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Naval Undersea Warfare Center Division (NUWC) Keyport intends to issue a solicitation for Mk62 Leak Test Stand Controller in accordance with Statement of Work (SOW) and associated drawings for base Quantity of 2 each, two option quantities of 2 each for an aggregate total of 6 each. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 13.1. The government anticipates an 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 334513 and has a size standard of 750 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested parties may identify their interest and capability to satisfy the Government's requirement with a commercial item within 7 days of this notice. It is anticipated that solicitation N0025325Q7012 will be available on or about 28 May 2025. The solicitation closing date is anticipated to be 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding the solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: jessica.r.reichard.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 the RFQ with associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in no longer being considered for award. Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terms and conditions (T&C�s) listed in the solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is requested that company T&C�s not be included with your quote submittal as many company T&C�s are inconsistent with federal law, are unenforceable, and cannot be accepted. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies. The contractor shall have a current assessment (not more than 3 years old) for each covered contractor information system that is relevant to this requirement. Additional information regarding NIST SP 800-171 can be found at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_S171.html and https://www.sprs.csd.disa.mil/nistsp.htm. 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 Agency (DLA) Joint 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/. Restricted drawings and technical information are available through Sam.Gov. NOTICE: To receive the drawings associated with this solicitation, the Company point of contact identified at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx must send an email request to Jessica Reichard at Jessica.R.Reichard.civ@us.navy.mil. The request shall include company name; complete address; CAGE code; and point of contact name, email address, and phone number. The drawings will be provided only to those companies with an active JCP certificate and a minimum Confidence Level Assessment of �Basic� in the NIST SP 800-171 Assessment Report contained in the Supplier Performance Risk System. Offerors must have a current registration in the System for Award Management (SAM) database, https://sam.gov/ a Federal governed owned website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/31aa1f305f024ff98b0cddd1dcda6a55/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN07425027-F 20250501/250429230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.