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. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days.
Request for Quotation (RFQ) number is N66604-25-Q-0043. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 331110 – Iron and Steel Mills and Ferroalloy Manufacturing. The Small Business Size Standard is one thousand five hundred (1,500) Employees.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following:
CLIN 0001- Quantity of three (3), Forged stock hollow cylinders in accordance with the minimum specs listed below
CLIN 0002 - Quantity of three (3), Forged stock disks in accordance with the minimum specs listed below
Min Specs
CLIN 0001
Material: ASTM A182-22A Grade F316L
Dimensions:
CLIN 0002
Material: ASTM A182-22A Grade F316L
Dimensions:
Delivery is F.O.B Destination, Newport, RI
Notes: Quote best delivery date but note- Material must be in stock and ready to ship within 30 days ARO and this must be reflected on the quote.
Notes:
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 52.204-7, System for Award Management (Oct 2018)
--FAR 52.204-8, Annual Representations and Certifications (Dec 2022)
--FAR 52.204-13, System for Award Management Maintenance (Oct 2018).
--FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
--FAR 52.204-17, Ownership or Control of Offeror (Aug 2020)
--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 52.212-4 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 Products and Commercial Services
--FAR 52.222-50, Combating Trafficking in Persons (NOV 2021)
--FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
--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 Defense Federal Acquisition Regulations Supplement (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 252.211-7003, 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
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.
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. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.
Quotes shall be submitted electronically via email to Michelle Weigert at [email protected] and must be received on or before listed date. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at [email protected].