Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-19 10:48:00
United States SAM

Insulation Board Thermal, (Polystyrene)

Process Number N0017422Q0002

USA

Dates:


Notice ID:

N0017422Q0002

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NSWC INDIAN HEAD DIVISION

Office:

NSWC INDIAN HEAD DIVISION

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Oct 20, 2021 01:45 pm EDT

Original Published Date:

2021-10-19 10:48:00

Original Response Date:

Nov 19, 2021 08:00 am EST

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

Dec 04, 2021

Original Inactive Date:

Dec 04, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

9390 - MISCELLANEOUS FABRICATED NONMETALLIC MATERIALS

NAICS Code:

326140 - Polystyrene Foam Product Manufacturing

Description:


Original Set Aside:

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: Insulation Board Thermal Requirement. This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017422Q0002. The NAICS code is 326140 and the business size standard is 1,000. 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 Price – Quotes must include all applicable costs. Technical – Quotes must reflect the required specifications included in the RFQ. In order to submit a proposal, technical drawings must be requested. Technical Drawings: 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, technical drawings need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical drawing release. Drawing requests must be made via email to angela.tejeda@navy.mil, karla.m.rodriguez@navy.mil, and david.greaves@navy.mil by Monday, 25 October 2021 08:00 AM EST. Questions/clarification regarding this solicitation must be submitted via email to angela.tejeda@navy.mil, karla.m.rodriguez@navy.mil, and david.greaves@navy.mil by Monday, November 01 2021 8:00 AM EST. All responses will be provided by COB Friday, 05 November 2021. Quote packages are due by Thursday, 19 November 2021 8:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to angela.tejeda@navy.mil, karla.m.rodriguez@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 Angela Tejeda, at angela.tejeda@navy.mil Dr. David Greaves, at david.greaves@navy.mil Karla Rodriguez@navy.mil, at karla.m.rodriguez@navy.mil

Attachments / Links:


Document Size Updated date Download

Contact Information:


4219 SOUTH PATTERSON ROAD

INDIAN HEAD , MD 20640-1533

USA

Primary Point of Contacts:

Angela Tejeda

Secondary Point of Contact:

David Greaves