Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOLICITATION NOTICE

66 -- NRL Iron Nitride Motor

Notice Date
6/20/2025 4:09:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0545
 
Response Due
7/18/2025 11:00:00 AM
 
Archive Date
08/02/2025
 
Point of Contact
Elizabeth Peckham, Phone: 4018328962
 
E-Mail Address
elizabeth.a.peckham2.civ@us.navy.mil
(elizabeth.a.peckham2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001: The purpose of this amendment is to extend the date offers due by to 7/18/2025. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N6660425Q0545. This requirement is being solicited as a 100% small business set-aside as concurred with by the Naval Undersea Warfare Center Division, Newport�s (NUWCDIVNPT�s) Office of Small Business Programs. The North American Industry Classification System (NAICS) Code for this acquisition is 335312 � Motor and Generator Manufacturing. The Small Business Size Standard is 1,250 Employees. NUWCDIVNPT requires procurement of the following item: CLIN 0001 NRL Iron Nitride Motor in accordance with (IAW) Drawing No. 852502 and the Government�s Performance Specification, Attachment 1, QTY 1 each Delivery is FOB Destination Newport, RI. The Government�s required delivery date is 24 weeks after date of award. Offerors shall include shipping cost into the unit price for each line above. A separate line for shipping will not be provided. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. The Government intends to award a single, firm fixed price (FFP) purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable (LPTA). In order to be determined technically acceptable, offerors shall provide: Technical Capability: The contractor shall submit its planned technical approach, including schedule of performance, to meet the requirements of the motor winding specification document(s) and build-to-print drawings. The contractor shall submit references of relevant experience that demonstrates capability and understanding of designing, manufacturing, and testing of electric machines. The Government will also consider past performance information on the Supplier Risk System (SPRS) where negative information within SPRS may render a quote from being deemed technically unacceptable. This requirement contains drawings that are designated Distribution D and Export Control, which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP and NIST will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request via SAM.gov and by email to elizabeth.a.peckham2.civ@us.navy.mil. Requests must be made by the company�s JCP custodian and must include a copy of the company�s DD2345, this solicitation number, company name, complete company address, CAGE code, point of contact, phone number, and email address. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000 or more. This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: offeror point of contact (including phone number and email address), offeror CAGE code, and offeror SAM UEI. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the latest 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 provisions and clauses apply to this solicitation: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) FAR 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services�Representation (Oct 2020) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (Nov 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-1 Instructions to Offerors�Commercial Items FAR 52.212-2 Evaluation�Commercial Items FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (DEVIATION 2025-O0003) (DEVIATION 2025-O0004) FAR 52.212-4 Terms and Conditions�Simplified Acquisitions (Commercial Products and Commercial Services) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (DEVIATION 2025-O0003)(DEVIATION 2025-O0004) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.232-1, Payments (Apr 1984) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) In addition, the following DFARS clauses and provisions apply to this order: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204- 7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.204-7019 Notice of NIST SP 900-171 DOD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DOD Assessment Requirements DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) DFARS 252.204-7024 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations Quotes shall be submitted electronically via email to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil and must be received on or before 20 June 2025 at 1400 EST. Quotes received after this date are late and may not be considered for award. All questions regarding this acquisition must be submitted by 18 June 2025. A response to questions received after this date will not be provided. Attachments: Exhibit A: Contract Data Requirements List Attachment 1: Performance Specification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/165044d0926a4ba8b2bb5094865cfce3/view)
 
Record
SN07484280-F 20250622/250620230042 (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.