Federal Bid

Last Updated on 18 Jun 2021 at 12 AM
Combined Synopsis/Solicitation
Newport Rhode island

Parker-Hannifin Lip Seals

Solicitation ID N66604-21-Q-0575
Posted Date 18 Jun 2021 at 12 AM
Archive Date 07 Jul 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 Newport Rhode island United states 02841

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-21-Q-0575.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following Parker-Hannifin items on a Brand Name Specification basis, no substitutions allowed:

CLIN 0001: An AS9102 First Article Inspection (FAI) report, in accordance with CDRL A001; P/N JCM-16664-001 Rev. D; Qty. 1 lot.

CLIN 0002: Lip seal assembly; P/N JCM-16664-001 Rev. D; Qty. 1,465; Mark in accordance with MIL-STD-130N; There shall be no more than 25 lip seals per box; The Certificate of Compliance for the Lip Seals shall be submitted to NUWCDIVNPT and included with the delivery of the Lip Seals; One Certificate of Compliance for all units, in accordance with CDRL A002. Certificate of Compliance shall include material validation/certification documentation for all parts used in the buildup of the Lip Seals; This shall include material certification data IAW drawing JCM-16664 note 5; Note 7 requirement for the use of Henkel Loctite Super Glue can be substituted with PACER RX-500 CA.

This procurement is being solicited as a 100% small business set-aside under the applicable North American Industry Classification System (NAICS) code 326291. The small business size standard is 750 employees.

Required delivery is fourteen (14) weeks after contract award. Offerors shall include shipping charges, if applicable. F.O.B. Destination, Newport, RI 02841.

Incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/.

The following FAR provisions apply to this solicitation:

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

• 52.212-1, Instructions to Offerors -- Commercial Items

• 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items

The following FAR clauses apply to this solicitation:

• 52.204-19, Incorporation by Reference of Representations and Certifications

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

• 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

• 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items

• 52.233-4, Applicable Law for Breach of Contract Claim

The following DFARS provisions apply to this solicitation:

• 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

• 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

             • 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

The following DFARS clauses apply to this solicitation:

• 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation.

The following addenda or additional terms and conditions apply: Defense Priorities and    Allocations System (DPAS) rating is DO-C9.

As of 13 AUG 2020, in accordance with Section 889(a)(1)(A)&(B) of the John S. McCain National Defense Authorization Act, contracts are required to complete and submit a copy of the attached representation regarding use of covered telecommunications equipment or services:

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020).

Further, solicitations must contain FAR 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020), which is incorporated into this solicitation by this posting.

Please complete and sign the attached FAR 52.204-24 Representation document and return  with your company’s quote.

Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://sam.gov

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 must (1) Provide the brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Justification. (2) The offeror must be an authorized Parker-Hannifin reseller. The Government will verify reseller status with Parker-Hannifin.

Method of payment is via electronic payment through Wide Area Workflow (WAWF). 

Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.

Quotes must be e-mailed directly to [email protected]. Quotes must be received by 2:00 p.m. (EST) on Tuesday 22 June 2021. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Jessica Kirtlink at [email protected].

Bid Protests Not Available

Similar Past Bids

Center Kentucky 11 Jun 2019 at 5 PM
Newport Rhode island 03 Mar 2014 at 7 PM
Location Unknown 02 Nov 2011 at 7 PM
Richmond Virginia 13 Mar 2020 at 1 PM
Williamsburg Virginia 01 Oct 2010 at 6 PM

Similar Opportunities