This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 750 Employees.
NUWC Division Newport intends to purchase the following items on a Firm Fixed Price and sole source basis:
CLIN 0001: QUANTITY of ONE (1) 10 HP Winch, 2130/460 VAC 60, P/N # DT210-EHL
CLIN 0002: QUANTITY of ONE (1) 800 Meters 0.45-inch Coax Tow Cable, P/N # 0018345.
CLIN 0003: QUANTITY of ONE (1) 30 Meter Deck Cable for 4200 System, P/N # 0013906.
CLIN 0004: QUANTITY of ONE (1) 2ft Depressor Wing Kit for 4200 Towfish, P/N # 0014290.
CLIN 0005: QUANTITY of ONE (1) Training 2 Days on site in Newport, RI
CLIN 0006: Shipping Charges (if applicable and separately priced)
The basis for the sole source determination is EdgeTech is the only manufacturer of the components and provider of the training for the EdgeTech Model 4200 side scan sonar.
Required delivery is 45 Days after Receipt of Order (ARO). F.O.B. DESTINATION, Naval Station Newport, RI 02841. The required Period of Performance is two (2) days on site in Newport, RI after the items have been delivered.
Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quote shall include a breakdown of price elements (labor, material, other direct costs, indirect costs, profit, etc.) and/or back up pricing information (historical quotes and invoices). Quotes received after the closing date and time specified will be ineligible for award.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.
In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow.
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites.
Offers must be e-mailed directly to Rosemary Beckmann at [email protected] . Offerors must be received by 2:00 p.m. (EST) on Tuesday 31 May 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Beckmann at [email protected].