Search Contract Opportunities

Lock-Swivel Casters and Tow Bar

ID: N6660423Q0328 • Type: Synopsis Solicitation
3x More Live Opportunities than SAM

Federal + State & Local + Forecasts + eBuy + More

Free Trial Schedule Demo

Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. In accordance with FAR 5.203(a) (1) this solicitation will be posted for less than fifteen (15) days.

Request for Quotation (RFQ) number is N66604-23-Q-0328. This requirement is being solicited on an unrestricted requirement under NAICS Code 332510, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 332510. The Small Business Size Standard is 750 employees.

NUWCDIVNPT intends to purchase Twelve (12) 12,000 pound (lb.) Casters with locks and One (1) 67,000 pound (lb.) tow bar with Twenty (20) degree rotation to support of heavy equipment movement of the Portable Accommodation Modules (PAMs) managed by PMS485 for the Maritime Surveillance Program. For the purposes of quoting to this opportunity, the specifications required for the Casters and tow bar are:

  1. 12,000 lb. Caster-Container Lock-Swivel
  • Working Load Limit: 12,000 lbs. per caster
  • ISO 1161 Corner fitting compliant
  • Swivel with swivel lock
  1. 67,000 lb. Tow Bar with 20 degree rotation
  • Working Load Limit: 67,000 lbs.
  • ISO 1161 Corner fitting compliant
  • 20 degree towing rotation
  • Weight less than 150 lbs.
  • Foldable for storing
  • 3 tow eye
  • Top point/eye less than 56 from twist lock plug

The CLIN structure will be as follows:

CLIN 0001: Casters-Container Lock-Swivel 12,000 lb.; quantity of Twelve (12)

CLIN 0002: Tow Bar; quantity of One (1)

CLIN 0003: Freight

Delivery is F.O.B Newport, RI and the delivery time is ARO July 31, 2023 or sooner.

Offerors will be evaluated based on the following:

1. Quote the Casters and tow bar with the above specifications

2. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.

Offerors shall provide point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified may be ineligible for award.

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.

Incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-02. The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:

-- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)

--FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Nov 2021);

--FAR 52.212-2, Evaluation Commercial Items (Nov 2021);

--FAR 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items Alternate I (Nov 2021);

--FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Nov 2021);

--FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2021).

The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:

--FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020);

-- FAR 52.219-28, Post Award Small Business Program Representation (Sept. 2021);

-- FAR 52.222-3, Convict Labor (June 2003);

-- FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (Jul 2020);

-- FAR 52.222-21, Prohibition of Segregated Facilities: (Apr 2015);

-- FAR 52.222-26, Equal Opportunity (Sep 2016);

-- FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);

-- 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 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2021).

In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:

--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)

This solicitation requires active 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.

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

The Government's method of payment is via Electronic Payment, which will be available via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).

Quotes shall be submitted electronically via email to Merideth.w.dionne.civ@us.navy.mil and must be received on or before Friday, March 24, 2023 at 2:00PM Eastern Standard Time (EST). Quotes must be valid for (60) days and any received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Merideth.w.dionne.civ@us.navy.mil.

Overview

Response Deadline
March 24, 2023, 2:00 p.m. EDT Past Due
Posted
March 17, 2023, 2:30 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the NUWC Newport Division.
On 3/17/23 NUWC Newport Division issued Synopsis Solicitation N6660423Q0328 for Lock-Swivel Casters and Tow Bar due 3/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332510 (SBA Size Standard 750 Employees) and PSC 5340.
Primary Contact
Name
Debra Dube   Profile
Phone
(401) 832-2281

Secondary Contact

Name
Merideth Dionne   Profile
Phone
(401) 832-2631

Documents

Posted documents for Synopsis Solicitation N6660423Q0328

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6660423Q0328

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6660423Q0328

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NUWC DIV NEWPORT
FPDS Organization Code
1700-N66604
Source Organization Code
100226863
Last Updated
Dec. 31, 2023
Last Updated By
debra.dube@navy.mil
Archive Date
Dec. 31, 2023