Axial and Radial Motor Magnetics


Subject: Axial and Radial Motor Magnetics
Solicitation Number: N6660424Q0127
Notice Type: SOLICIT
NAICS: 335312
Notice Published: 02-14-24
Response Due: 03-06-24

Agency: Department of the Navy
Office: NUWC DIV NEWPORT
Contact: Michelle Weigert This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (401) 832-2811
Office Address: NEWPORT, RI 02841-1703



Click for official SAM (FBO) notice, additional information, and accompanying attachments

This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N66604-24-Q-0127. This requirement is being solicited unrestricted as concurred with by the Naval Undersea Warfare Center (NUWC) Office of Small Business Programs. This is not a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 335312 Motor and Generator Manufacturing. The Small Business Size Standard is one-thousand two hundred fifty (1,250) Employees. The Product Service Code is 6625 Electrical and Electronic Properties Measuring and Testing Instruments. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the following: CLIN 0001- Quantity: one (1), Radial Motor & Tooling in accordance with (IAW) the Statement of Work and Applicable Documents identified therein CLIN 0002 Quantity: one (1), Axial Motor & Tooling in accordance with (IAW) the Statement of Work and Applicable Documents identified therein CLIN 0003 Quantity: one (1) lot, DATA, not separately priced Delivery is F.O.B Destination, Newport, RI In the response to the RFP, the Offeror must address the below factors. (1) Technical Approach: 1. Offerors shall describe their proposed technical approach to demonstrate it meets all specifications, IAW Applicable Documents and SOW provided as attachments to this notice. Offerors shall include as much detail as possible including system details. Be sure to describe approach, schedule, delivery, and materials costs. Response is limited to a total of six (6) pages maximum. 2. Discuss in detail plan for sourcing material for the lamination process including how the offeror plans to mitigate supply chain risk. Limited to one (1) page maximum. NOTE: The Offerors technical approach must clearly demonstrate that it meets the specification documents (attached). Simply stating something to the effect that, This proposal complies with or meets or exceeds the specification in the required documents is not sufficient. An Offeror that simply states something to this effect and does not provide the level of system details in its technical approach as required above will be considered technically unacceptable. (2) Past Performance: 1. Provide at least two (2) examples of prior or current projects similar to this solicitation requirement that have been performed and delivered within the last three (3) years. a. Provide a description of the project//work performed and level of effort provided. b. Explain how the project and this solicitation requirement are similar and relate to each other. c. If available, include a picture, figure, and/or schematics of the prior project. d. Must include the following for each project: i. Contract number or other equivalent number ii. Organization supported iii. Indication as a Prime or Subcontractor iv. Value v. Project Point of Contact with current telephone number and/or email address. e. Limit one (1) page maximum per example (any pictures, figures, and/or schematics are excluded from this one (1) page limit). (4) Delivery lead time (5) Price Note on Past Performance evaluation: The past performance evaluation assesses the Offerors ability to supply products and services that meet users needs, based on a demonstrated record of performance. The Government may consider past performance information contained in the Supplier Performance Risk System (SPRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government may use other information such as the Contractor Performance Assessment Reporting System (CPARS) or other data available from Government sources to evaluate an Offerors past performance. The Government may also contact all or some of each Offerors customers to obtain past performance information. The Government reserves the right to limit or expand the number of references it decides to contact, and contact references other than those provided by the Offeror. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered neutral. Notes: Offerors MUST specify best delivery date possible in quote. Any non-recurring engineering (NRE) or shipping costs shall be built into the prices of the units. There will NOT be separate CLINs for NRE or shipping. This requirement contains drawings and parts lists that are designated as Distribution Statement D; therefore, they are export controlled. 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. In order to obtain access to the drawings and parts lists, the offerors JCP Custodian shall email This email address is being protected from spambots. You need JavaScript enabled to view it. and include the RFQ number, company name, CAGE code and copy of Form 2345. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawing will be sent to the JCP Custodian via DoD SAFE. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable, the offeror must quote the required item in the required quantities and meet the Governments required technical specifications (see Applicable Documents). The Government will also consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. The Governments method of payment will be electronic payment via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far The following FAR provisions and clauses apply to this solicitation: --FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) --FAR 52.204-7, System for Award Management (Oct 2018) --FAR 52.204-8, Annual Representations and Certifications (Dec 2022) --FAR 52.204-13, System for Award Management Maintenance (Oct 2018). --FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) --FAR 52.204-17, Ownership or Control of Offeror (Aug 2020) --FAR 52.204-19, Incorporation by Reference of Representations and Certifications --FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) --FAR 52.204-24Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021). -- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) --FAR 52.204-26, Covered Telecommunications Equipment or ServicesRepresentation (Oct 2020) --FAR 52.209-2, Prohibition on Contracting with Inverted Domestic CorporationsRepresentation (Nov 2015) --FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) --FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) --FAR 52.213-4 Terms and ConditionsSimplified Acquisitions (Other Than Commercial Products and Commercial Services) (Mar 2023). --FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) --FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) --FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) --FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) --FAR 52.232-1, Payments (Apr 1984) --FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) --FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: --DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) --DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) --DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022) --DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); --DFARS 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016); --DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019); --DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); --DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021); --DFARS 252.204-7019 Notice of NISTSP 800-171 DoD Assessment Requirements (Mar 2022). --DFARS 252.204-7020 NIST SP 800-171DoD Assessment Requirements (Jan 2023). --DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) --DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 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. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Michelle Weigert at This email address is being protected from spambots. You need JavaScript enabled to view it. and must be received on or before Wednesday March 6, 2024 at 2:00PM EST. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at This email address is being protected from spambots. You need JavaScript enabled to view it..