Maryland Bids > Bid Detail

CCU CASTING TOOLING

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159207545965055
Posted Date: Mar 17, 2023
Due Date: Mar 31, 2023
Solicitation No: N0017423Q0038
Source: https://sam.gov/opp/61afd665a5...
Follow
CCU CASTING TOOLING
Active
Contract Opportunity
Notice ID
N0017423Q0038
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC INDIAN HEAD DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 08:38 am EDT
  • Original Date Offers Due: Mar 31, 2023 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5342 - HARDWARE, WEAPON SYSTEM
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    Indian Head , MD 20640
    USA
Description

This is a combined synopsis/solicitation for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. 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: CCU CASTING TOOLING. This solicitation will be Total Small Business. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. #N00174223Q0038. The NAICS code is 332710 and the business size standard is 500. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.





The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.





Evaluation Factors (in order of importance)




  1. Technical – Quotes must reflect the required specifications included in the Statement of Work.

  2. Price – Quotes must include all applicable costs.





In order to submit a proposal.



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 Offerors 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 Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/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.



If interested, need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical release. This requests must be made via email to Francine.keys@navy.mil, and marlene.ridgell@navy.mil by Friday 31 March 2023, 8:00 AM EST.



Questions/clarification regarding this solicitation must be submitted via email to Francine.keys@navy.mil, and marlene.ridgell@navy.mil, Friday 31 March 2023, 8:00 AM EST. All responses will be provide COB Friday 31 March 2023.



Quote packages are due by Friday 31 March 2023, 8:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to Francine.keys@navy.mil and david.greaves@navy.mil and contain a cover sheet that provides the following information:



1. Official Company Name;



2. Point of contact including name and phone number; and



3. DUNS number and Cage Code.



The Points of Contact for this acquisition is




  1. Francine Keys, at Francine.keys@navy.mil

  2. Marlene Ridgell, at marlene.ridgell@navy.mil












Attachments/Links
Contact Information
Contracting Office Address
  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 16, 2023 08:38 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >