PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. Request For Quotation (RFQ) number is N66604-19-Q-2005. This RFQ will post for less than 30 days.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a sole source basis (no substitution) to L3 OceanServer, 275 Martine Street, Fall River, MA 02723, because they are the only manufacturer that can provide the three (3) Iver Unmanned Underwater Vehicles (UUV) upgrade kits.
NUWCDIVNPT intends to purchase the following items on a Firm Fixed basis:
Line Item
Description
Quantity
0001
Iver2-580 Upgrade to Iver3-580 platform, includes RDI DVL and "Swappable" battery system
3
0002
Edge Tech High-Resolution Side Scan Sonar
1
0003
BluePrint X010 UUV Acoustic Modem Upgrade Iver3-580
3
0004
OceanServer BluePrint X150 Deck Box
1
The notice of intent is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government.
Required delivery date is September 20, 2019, F.O.B Destination, Newport, RI 02841.
This requirement is an unrestricted sole source procurement as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP).
The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular 2019-02. The provision at FAR 52.209-11, Representation by Corporations Regarding Tax Liability or a Felony Conviction under any Federal Law and FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation.
Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations Systems (DPAS) rating is DO-C9.
Wide Area Workflow (WAWF) is the payment method.
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.
This solicitation requires 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
Offers must be submitted to Naval Undersea Warfare Center Division Newport, Contracts Department, Code 0221, via email to Shane Murray at shane.murray1@navy.mil no later than 2PM EST on Wednesday July 24, 2019. Any offers received after the closing date and time specified will be ineligible for award.
Shane C. Murray, Contract Negotiator, Phone 4018325308, Email shane.murray1@navy.mil