Search Contract Opportunities

Round Bars   2

ID: N68335-24-Q-0202 • Type: Synopsis Solicitation

Description

I. Description of Requirement

This procurement is for (100 ea) bars of 4.250 inch diameter round bars in support of the Prototype, Manufacturing, and Test Division (PMTD). Please see the attached SOW for the following:

  • Line Item Details, Quantities, and Unit of Measure
  • Inspection and Acceptance
  • Packaging, Preservation and Shipping

The resultant contract will be a firm-fixed-price contract.

II. Solicitation Instructions. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. (ii) This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-Q-0202. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) This will be Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 331221 with a size standard of 1000 in number of employees. The Product Service Code is 9510. (v) See attached Statement of Work (SOW) for requirement specifications. (vi) The description of the requirements for the items to be acquired are provided in the description above and the attached SOW. (vii) See attached SOW for Date(s) and place(s) of delivery and acceptance. FOB point is destination. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated. (x) This solicitation is open to small businesses.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.

1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW. Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW will not be considered for award.

2. Price: The Government will evaluate price for reasonableness.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).

(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements:

FAR 52.204-7: System for Award Management

FAR 52.204-13: System for Award Management Maintenance

FAR 52.204-16: Commercial and Government Entity Code Maintenance

FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-27: Prohibition on a ByteDance Covered Application

FAR 52.219-6: Notice of Total Small Business Set-Aside

FAR 52.223-5: Pollution Prevention and Right-to-Know Information

FAR 52.225-18: Place of Manufacture

FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation

FAR 52.227-1: Authorization and Consent

FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

FAR 52.229-3: Federal, State And Local Taxes

FAR 52.232-39: Unenforceability of Unauthorized Obligations

FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

FAR 52.252-2: Clauses Incorporated By Reference

DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003: Control Of Government Personnel Work Product

DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services Representation

DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation

DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.211-7003: Item Unique Identification and Valuation

DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.217-7026: Identification of Sources of Supply

DFARS 252.223-7008: Prohibition of Hexavalent Chromium

DFARS 252.225-7001: Buy American And Balance Of Payments Program Basic

DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals

DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals

DFARS 252.225-7012: Preference For Certain Domestic Commodities

DFARS 252.225-7013: Duty-Free Entry Basic

DFARS 252.225-7048: Export-Controlled Items

DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006: Wide Area Workflow Payment Instructions

DFARS 252.232-7010: Levies on Contract Payments

DFARS 252.243-7001: Pricing Of Contract Modifications

DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services

Additional requirements: Quotes are due by 2:00pm EDT, 18 June 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. Please see attachments for the SOW. All proposals shall meet all requirements as outlined in the attached SOW. Proposals shall include price, be FOB: Destination , with inspection and acceptance at destination. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.

Background
This procurement is for (100 ea) bars of 4.250 inch diameter round bars in support of the Prototype, Manufacturing, and Test Division (PMTD). The resultant contract will be a firm-fixed-price contract.

Work Details
Material is 4.250 Inch Diameter X 18-22 Ft Length Steel (Round) Bar, Qty: 100 each. Material shall be SAE 4130 Alloy Steel per SAE AMS 6348F or SAE AMS 6528E, normalized, except macrostructure shall be no worse than S1-R1-C1 ASTM E381-22. Material shall be ultrasonically tested AMS-STD-2154E, Class A. Agreements, and Balance of Payment Program. Certifications required: Material Certifications ASTM E381-22 specifically macrostructure no worse than S1-R1-C1. No exceptions will be made. Ultrasonic Testing Certifications AMS-STD-2154E, Class A. 10% Variance in Quantity Allowed.
FOB: Destination.
Delivery should be 90 days after contract award. Earlier delivery is strongly encouraged.
Delivery to: Naval Air Warfare Center – Aircraft Division (NAWCAD) Prototype, Test and Manufacturing Department Attn: To be provided at award Highway 547, Bldg 148 (Hangar 2) Lakehurst, NJ 08733
Note: All material should be delivered to Building 148 / MCC1
Preservation, Packing, and Packaging: Steel bars shall be packaged 5 each per bundle. Waterproof tag with contract number, mark for information and heat code number shall be attached to each bar. Each steel bar shall be metal stamped on both ends with the heat code number in characters no larger than 1/4 inch high.
Inspection at Destination
Acceptance at Destination

Period of Performance
Delivery should be 90 days after contract award.

Place of Performance
Naval Air Warfare Center – Aircraft Division (NAWCAD) Prototype, Test and Manufacturing Department Attn: To be provided at award Highway 547, Bldg 148 (Hangar 2) Lakehurst, NJ 08733

Overview

Response Deadline
June 18, 2024, 2:00 p.m. EDT Past Due
Posted
June 4, 2024, 2:50 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Lakehurst, NJ United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
84% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/4/24 NAWC Aircraft Division issued Synopsis Solicitation N68335-24-Q-0202 for Round Bars due 6/18/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 331221 (SBA Size Standard 1000 Employees) and PSC 9510.
Primary Contact
Name
Tim Caracciolo   Profile
Phone
(732) 323-4643

Documents

Posted documents for Synopsis Solicitation N68335-24-Q-0202

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N68335-24-Q-0202

Award Notifications

Agency published notification of awards for Synopsis Solicitation N68335-24-Q-0202

Contract Awards

Prime contracts awarded through Synopsis Solicitation N68335-24-Q-0202

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N68335-24-Q-0202

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N68335-24-Q-0202

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N68335-24-Q-0202

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
July 3, 2024
Last Updated By
timothy.caracciolo@navy.mil
Archive Date
July 3, 2024