SOLICITATION NOTICE
66 -- Mensor Pressure Controllers
- Notice Date
- 11/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-0383
- Archive Date
- 12/19/2015
- Point of Contact
- Kathleen Hourihan, Phone: 4018323292
- E-Mail Address
-
kathleen.hourihan@navy.mil
(kathleen.hourihan@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-16-Q-0383. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT), has a sole make and model requirement for five (5) Mensor Pressure Controllers, Model No. CPC6000. The Mensor Model CPC6000 Pressure Controller interfaces are matched to MK 695 with regard to form, fit and function. Other manufacturers of Pressure Controllers with similar performance specifications have differences with regard to interface, commands, and physical size which drive one-time engineering costs out of the required budget specification. No substitutions will be accepted. The required items are listed as follows: CLIN 0001: QUANTITY OF FIVE (5) Mensor Pressure Controllers - Model CPC6000 The required pressure controllers shall operate via the Mensor command set as specified in the Mensor's Operations Manual. Each unit must include: (i) CPC 6000 Rack Mount (ii) CPC 6000 Regulator Only- No transducer (iii) CPC 6000 Transducer 1 for Channel A: Range 1,500 psig, IS-50 (iv) CPC 6000 Regulator Only - No Transducer (v) CPC 6000 Transducer 1 for Channel B: Range 200 psig, IS-50 F.O.B. Destination, Naval Station Newport, Newport, RI. 02841. Delivery is required within three months after date of award. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated. This procurement is solicited as 100% small business set-aside, as concurred with the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334513. The Small Business Size Standard is 500 employees. Incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, 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. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet or exceed the minimum requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. 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. Quotes received after the closing date and time specified will be ineligible for award. Offers shall be submitted via electronic submission to Kathleen Hourihan at Kathleen.hourihan@navy.mil. Offers must be received on or before December 4, 2015 at 2:00 p.m. Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For information on this acquisition, please contact Kathleen Hourihan at kathleen.hourihan@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-0383/listing.html)
- Place of Performance
- Address: Newport, Rhode Island, United States
- Record
- SN03955108-W 20151127/151125234054-e21993c782466b0ecbfb329cd4c55e9d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |