Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

71 -- Grit Blaster

Notice Date
6/17/2025 3:31:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0556
 
Response Due
6/24/2025 11:00:00 AM
 
Archive Date
07/09/2025
 
Point of Contact
Meaghan DeMarco
 
E-Mail Address
meaghan.d.demarco.civ@us.navy.mil
(meaghan.d.demarco.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N6660425Q0556. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a single Firm Fixed Price (FFP) order for the purchase of the following brand name specific items, no substitutions: CLIN 0001: One (1) Each, Empire Abrasive Equipment ProFormer� Blast Cabinet 3642, PRC-6 Required delivery is no later than 30 September 2025, F.O.B. Destination, Newport, RI, 02841. --- Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. The following FAR and DFAR clauses and provisions applies to this Request for Quotation (RFQ): FAR 52.204-7 System for Award Management. Offerors are required to be registered in SAM when submitting an offer or quote, and at time of award. Registration information can be found at www.sam.gov. FAR 52. 204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation. Offeror shall have had completed and submitted FAR 52.204-26 �in their www.sam.gov profile and must list, �DOES NOT� under paragraph (c)(1) and (c)(2) to be considered valid. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Offeror shall have had completed and submitted FAR 52.209-11 in their www.sam.gov profile and must list, �IS NOT� under paragraph (b)(1) and (b)(2) to be considered valid. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (DEVIATION 2025-O0004) FAR 52.219-6 Notice of Total Small Business Set-Aside. The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1,250 employees. This procurement is being conducted on a 100% small business set aside basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). Offeror shall have had completed and submitted FAR 52.219-1 in their www.sam.gov profile and made the assertion that their business is small under NAICS 334111 to be considered valid. DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System. The Government will consider past performance information in the Supplier Performance Risk System (SPRS) where negative information within SPRS may render a quote being deemed technically unacceptable. DFARS 252.211-7003 Item Unique Identification and Valuation. The contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. --- Defense Priorities and Allocations System (DPAS) rating is DO-C9. This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement. DFARS supplement rule 2019-D041 does not apply to this requirement, therefore National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment is not required Payment will be made via Wide Area Workflow (WAWF). Award will be made to the offeror with the Lowest Priced Technically Acceptable (LPTA) quote. In order to be determined technically acceptable, offerors must provide a quote that meets the following: (1) A single quote for the brand name specific item listed in this solicitation, no substitutions. (2) Meet the required delivery terms listed in this solicitation (3) Make the required assertions under FAR 52.204-26 and 52.209-11, as detailed in this solicitation OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor CAGE Code. Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/464d3270a31e478cbf1461642d95b514/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN07481352-F 20250619/250617230054 (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.