Search Contract Opportunities

CKU 7 Tracks

ID: N0017424Q0022 • Type: Synopsis Solicitation

Description

Posted: May 7, 2024, 1:10 p.m. EDT

**THIS IS A TOTAL SMALL BUSINESS SET-ASIDE**

This is a combined synopsis/solicitation for a non-commercial item 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. The solicitation number for this procurement is N00174-20-Q-000X and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issues as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 332710. The SB size standard for this code is 500 employees.

**These items are on the Indian Head Division's Qualified Bidder's List (QBL). To be considered for award, all potential offerors must be approved in accordance with the Indian Head QBL qualification plan. Note: QBL qualification could require a substantial initial investment or an extended qualification time period.**

CLIN 0001: 5 Ea. CKU 7 Tracks (FAT)

CLIN 0002: 110 Ea. CKU 7 Tracks

All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers: Name; Address; Telephone Number of Offerors; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B Destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offeror may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales tax identification form or other documentation which verifies the legitimacy of the company must accompany all DD 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD 2345 is available at the following website:

http://www.dia.mil/HQ/InformationOperations/Offers/ProductLogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.

Interested and Approved Offeror's must request the drawing package in writing.
E-mail the following information to (insert email address).

Name

Title

Company name and address

DUNS and CAGE numbers

E-mail address

Points of Contact:

Name: Deanna Wilson

Telephone: (301) 744-6891

Email: deanna.l.wilson27.civ@us.navy.mil

IMPORTANT NOTICES:

  1. RFQ submission must be in accordance with solicitation;
  2. Offerors must be registered in the System for Award Management (SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration);
  3. All amendments, if applicable, must be acknowledged;
  4. Questions concerning this notice should be submitted to the Points of contract as indicated in this announcement.
  5. Facsimile and email offers will be accepted.

Evaluation Factors (in order of importance)

  1. Technical Quotes must reflect the required specifications included in the RFQ and PWS.
  2. Price Quotes must include all applicable costs.

Quote packages are due by April 30th 2024 10:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to deanna.l.wilson27.civ@us.navy.mil and contain a cover sheet that provides the following information:

**THIS IS A TOTAL SMALL BUSINESS SET-ASIDE**

Posted: April 19, 2024, 1:55 p.m. EDT
Posted: Jan. 30, 2024, 10:37 a.m. EST
Posted: Jan. 10, 2024, 3:51 p.m. EST
Background
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: CKU 7 Tracks. This solicitation will be competed as a Total Small Business Set-Aside.

Work Details
CKU 7 Tracks is the specific product to be manufactured under the contract. The SOW specifies the requirements necessary to manufacture hardware for assembly in fleet-deliverable Aviation Critical Safety Items (ACSIs) at Naval Surface Warfare Center Indian Head Division (NSWC IHD). The Contractor shall fabricate, inspect, test, and deliver components according to the applicable drawings and specifications. Components shall be packaged by part number and ready for use.
The Contractor shall provide, design, and fabricate all necessary tooling to manufacture and dimensionally inspect the components, and provide data as detailed in the SOW.

Place of Performance
The place of performance for this contract is Naval Surface Warfare Center Indian Head Division, located in Indian Head, Maryland.

Overview

Response Deadline
May 17, 2024, 10:00 a.m. EDT (original: Jan. 26, 2024, 10:00 a.m. EST) Past Due
Posted
Jan. 10, 2024, 3:51 p.m. EST (updated: May 7, 2024, 1:10 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 1/10/24 NSWC Indian Head Division issued Synopsis Solicitation N0017424Q0022 for CKU 7 Tracks due 5/17/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332710 (SBA Size Standard 500 Employees) and PSC 5342.
Primary Contact
Name
Deanna Wilson   Profile
Phone
(301) 744-6891

Documents

Posted documents for Synopsis Solicitation N0017424Q0022

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0017424Q0022

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N0017424Q0022

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0017424Q0022

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0017424Q0022

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC INDIAN HEAD DIVISION
FPDS Organization Code
1700-N00174
Source Organization Code
100076598
Last Updated
June 1, 2024
Last Updated By
deanna.l.huntt@navy.mil
Archive Date
June 1, 2024