The RFP Database
New business relationships start here

Magnetic Switch Housings and Switch Cover Plates


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

**The solicitation, N66604-19-Q-0047, is hereby released and is attached as a part of this notice.**


Synopsis Amendment 3: **The purpose of this amendment is to answer an industry question and to provide evaluation information for award, as follows:

Industry Question and Answer:


Q1: Will an extension on the solicitation be granted?


A1: The Government has not released the solicitation, therefore, a solicitation extension is not granted. Please read the synopsis for more information on the anticipated solicitation release date.


Evaluation Information for Award:


The Government intends to award a single Firm Fixed Price (FFP) purchase order to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required items, meeting the requirements of the Distribution Statement D Technical Drawings and Specifications, in the required quantities; (2) the offeror must meet or exceed the required delivery date; and (3) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable.


The synopsis closing date and time is not extended as a result of Synopsis Amendment 3.


All other terms and conditions remain unchanged.**




Synopsis Amendment 2: **The purpose of this amendment is to answer industry questions, as follows:


Q1: Please confirm if the following drawings are required to build the Magnetic Switch Housing and Magnetic Switch Cover Plate components:
-DS1225A0297 (Data Sheet)
-1225A0297 (Test Procedure)
-6878710 (Anti Galling Compound)
-0731A0102 (Magnetic Reed Switch)


A1: The aforementioned drawings are not required to build the Magnetic Switch Housing and Magnetic Switch Cover Plate components.


Q2: If the aforementioned drawings are necessary for this requirement, please provide them.


A2: The requested drawings are not applicable to this requirement, therefore, they will not be provided.


The synopsis closing date and time is not extended as a result of Synopsis Amendment 2.


All other terms and conditions remain unchanged.**




Synopsis Amendment 1: **The purpose of this amendment is to answer industry questions, as follows:


Q1: Please confirm that the required drawing part numbers listed in CLIN 0001 and CLIN 0002 of the synopsis are accurate.


A1: Yes. The required drawing part numbers listed in CLIN 0001 and CLIN 0002 of the synopsis are accurate.


Q2: Please clarify if the Magnetic Switch Assembly (drawing part number 6878821) is required or if the Government requires solely the CLIN 0001 and CLIN 0002 components.


A2: The Government requires solely the components listed in CLIN 0001 and CLIN 0002. The Government does not require a Magnetic Switch Assembly (drawing part number 6878821). Drawing part number 6878821 in Attachment #1 is provided for reference only in order to show the individual components that are required for the Magnetic Switch Assembly.


Q3. Please clarify if the Government requires the following services to the Magnetic Switch Assembly: (1) soldering, (2) potting, (3) additional sealing at completion, and (4) Functional, Pressure and Hi-Pot Testing.


A3: The Government does not require the Magnetic Switch Assembly. The vendor shall deliver the required Magnetic Switch Housing and Magnetic Switch Cover Plate components in accordance with CLIN 0001 and CLIN 0002. The Government intends to perform all required procedures related to assembly of the components.


The synopsis closing date and time is not extended as a result of Amendment 1.


All other terms and conditions remain unchanged.**






This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of the synopsis and solicitation to the Internet.


This is a synopsis for noncommercial items prepared in accordance with the format in FAR 13 as supplemented with additional information included in this notice. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.


The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has a requirement for Magnetic Switch Housings and Magnetic Switch Cover Plates in support of projects at the Towed Array Handling Equipment Facility (TAHEF). This procurement is being processed on a 100% small business set-aside basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry System (NAICS) Code for this acquisition is 332710. The Small Business Size Standard is 500 Employees.


NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis:






CLIN



Description/Title



Drawing Part No.



Qty.





0001



Magnetic Switch Housings



6878819



100/each





0002



Magnetic Switch Cover Plates



6878820



100/each





0003



Data Associated with CLINs 0001 and 0002.

Not Separately Priced (NSP).



Not Applicable



1/lot





0004



Shipping. If applicable and separately priced.



Not Applicable



1/job






The required delivery date for the aforementioned items is ten (10) weeks after receipt of order, or sooner. Early and partial deliveries are acceptable. F.O.B. Destination Naval Station Newport; Newport, RI, 02841-1708.


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


The technical specifications and drawings associated with this requirement are attached to this notice and are labeled Distribution D, which means distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. To obtain a copy of the technical specification drawings, the offeror's account in FBO must reflect the active JCP certification. Further details and registration instructions are available at the JCP website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/.

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


The anticipated release date of solicitation N66604-19-Q-0047 is on, or about, 15 November 2018. The closing date for receipt of quotes will be established in the solicitation.


The solicitation, applicable specifications and drawings, and any subsequent solicitation amendments will be posted to the FBO.gov website. Prospective offerors are responsible for downloading a copy of the solicitation, specifications and drawings from the FBO website and for monitoring FBO for any amendments.


Additional details will be released upon issuance of RFQ No. N66604-19-Q-0047.


For information regarding this acquisition, contact Kristina Michael at kristina.michael@navy.mil.


Kristina E. Michael, Contract Specialist/Negotiator, Phone 4018325218, Email kristina.michael@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP