Federal Bid

Last Updated on 22 Jul 2021 at 3 PM
Combined Synopsis/Solicitation
New york New york

Mercury Outboards

Solicitation ID N66604-21-Q-0598
Posted Date 22 Jul 2021 at 3 PM
Archive Date 13 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location New york New york United states

Naval Undersea Warfare Center Division Newport N66604-21-Q-0598

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-21-Q-0598.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires six (6) 115 horsepower Mercury SeaPro Outboards with 25 inch shafts and rigging kits on a brand name basis, no substitutions allowed, as specified in Attachment 3 – Brand Name Specification.

This procurement is being competed as a 100% small business set aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 333618. The Small Business Size Standard is 1,500 employees.

The resulting contract will be a Firm-Fixed Price (FFP) purchase order.

All quotes shall be accompanied by complete technical specifications demonstrating that the products meet all Government minimum requirements.

Delivery: FOB Destination to:

Naval Undersea Warfare Center Division, Newport, Seneca Lake Detachment

50 Main Street

Dresden, NY 14441

Please provide best delivery date in the quote.

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

The following provisions and clauses apply to this solicitation:

FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment”

FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”

FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”

FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”

FAR 52.212-1, “Instructions to Offerors – Commercial Items.”

FAR 52.212-2, “Evaluation – Commercial Items.”

FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial  Items.” FAR 2.212-4, “Contract Terms and Conditions – Commercial Items."

FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or  Executive Orders – Commercial Items.”

DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”

DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;

DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”

DFARS 252.204-7019 “Notice of NIST SP 800-171 DoD Assessment Requirements”

DFARS 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS

DFARS, 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier    Performance Risk System in Past Performance Evaluations.”

DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”

DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”

DFARS 252.246-7008, “Sources of Electronic Parts.”

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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.

Additionally, offerors shall review, complete and submit Attachment 4 – ‘52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ with their offers.

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far.

This requirement will be awarded to the offeror with the lowest price technically acceptable     (LPTA) quote. In order to be determined technically acceptable the offeror shall:

  1. Quote the items specified, in the required quantities in accordance with the minimum specifications in Attachment 2;
  2. Quote in accordance with Attachment 3 – Brand Name Specification
  3. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may result in a quote being deemed technically unacceptable.

Additional terms and conditions:

This requirement does not include Electronic and Information Technology (EIT) items; therefore, Section 508 requirements are not applicable.

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, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.

Quotes shall be submitted electronically to [email protected] and must be received on or before Thursday, 29 July 2021 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Andrew Kenyon at [email protected] or Teresa Michael at [email protected].

Bid Protests Not Available

Similar Past Bids

Hurlburt field Florida 28 Aug 2020 at 9 PM
Miami Florida 12 Aug 2024 at 10 AM
North charleston South carolina 25 Feb 2021 at 5 PM
Norfolk Massachusetts 17 Feb 2009 at 8 PM
Location Unknown 31 May 2012 at 10 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Columbus Ohio 14 Jul 2025 at 4 AM
Anchorage Alaska 09 Jul 2025 at 10 PM
Underwood Washington 15 Jul 2025 at 10 PM
Anchorage Alaska 09 Jul 2025 at 10 PM