Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SOLICITATION NOTICE

23 -- Dockside Handler - Trailer

Notice Date
5/28/2025 7:25:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0441
 
Response Due
5/13/2025 11:00:00 AM
 
Archive Date
05/28/2025
 
Point of Contact
Amy Prisco, Phone: 4018328503
 
E-Mail Address
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFQ # N6660425Q0441-0001 5/28/2026 Amendment #0001 extends to due date for RFQ submissions to 6/13/2025. All other details remain the same. ------------------------------------------------------------ RFQ # N6660425Q0441 This is a combined synopsis and solicitation for commercial items 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; quotations are being requested, and a written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. The Request for Quote (RFQ) number is N66604-25-Q-0441. This requirement is being solicited as a 100% Small Business Set Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 336212 - Truck Trailer Manufacturing. The Small Business Size Standard is 1000 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis one (1) dockside handler in accordance with Government specifications supplied as an attachment. For the purposes of quoting to this opportunity, the Contract Line-Item Number (CLIN) structure is identified below: CLIN 0001, Quantity 1, Dockside Handler, P/N 8740647, in accordance with (IAW) Government specifications. CLIN 0002, CDRLs, Data in accordance with Exhibit A, Contract Data Requirements List. NOT SEPARATELY PRICED, 1 Lot Required delivery made under this contract shall be FOB destination NUWCDIVNPT Newport, RI Delivery date: Quote best lead time. This requirement contains specifications that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawing. In order to obtain access to the drawing, the offeror�s JCP Custodian shall email amy.k.prisco.civ@us.navy.mil and attach a copy of the company�s valid DD2345. The request must be sent by the JCP Custodian; the drawing will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the drawing will be sent to the JCP Custodian via DoD SAFE. Award will be made to the Lowest Price Technically Acceptable offeror. To be considered technically acceptable, the Offeror must submit a Statement of Technical Capability to include: The contractor shall submit its planned approach to meet the requirements. At a minimum, the contractor�s plan shall address the following: The contractor shall identify its equipment & processes to be used for the manufacture and inspection of material. The contractor shall adequately address each item in the Dockside Handler Specification Requirements document Additionally, The Government will consider past performance information within the Supplier Performance Risk System (SPRS) whereby any negative information may render a quote being deemed technically unacceptable. 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. The following FAR clauses and provisions apply to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); 52.212-1, Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018); 52.212-2, Evaluation � Commercial Items; FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items CD 2025-O0003; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items CD 2025-O0003; 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. The following DFARS provisions and clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Dev, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Additional terms and conditions: Contractor MUST have an active registration in SAM at the time of quote submission. 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 $5,000.00 or more. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Offeror shall include item prices to include shipping costs, delivery terms, delivery lead times, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 90 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before May , 2025 at 2:00pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy.K.Prisco.civ@US.NAVY.mil. Attachments: Contract Data Requirements List (CDRL) By request via instructions above: Dockside Handler Specification Requirements
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/beb825968a804d8e94415a52cb89f69f/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07457897-F 20250530/250528230054 (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.