SOLICITATION NOTICE
66 -- Survivability Assessment Laboratory Electro-Dynamic Vibration System - ATTACHMENT # 1 - GOVERNMENT SPECIFICATIONS - ATTACHMENT # 4 - MIL STD 167 1A - ATTACHMENT # 5 - NAVSEA DRAWING 53711-7108329_A3 - ATTACHMENT # 3 - FACTORY ACCEPTANCE TEST REQUIREMENTS - ATTACHMENT # 2 - GFI - B114 MACHINE INSTALLATION LOCATION
- Notice Date
- 12/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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
- N66604-17-Q-0245
- Point of Contact
- Rosemary E. Shuman, Phone: 4018327167
- E-Mail Address
-
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT # 2 - GFI B114 VIBRATION MACHINE INSTALLATION LOCATION ATTACHMENT # 3 - FACTORY ACCEPTANCE TEST REQUIREMENTS ATTACHMENT # 4 - MIL STD 167 1A ATTACHMENT # 1 - GOVERNMENT SPECIFICATIONS 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 N66604-17-Q-0245. This requirement is being solicited Unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334519. The Small Business Size Standard is 500 Employees. This requirement is for a Subsidiary Shock Test Vehicle and installation at the Naval Undersea Warfare Center in Newport, RI. NUWC Division Newport intends to purchase the following items on a Firm Fixed Price (FFP) basis: CLIN 0001: QUANTITY of ONE (1) Factory Acceptance Test (FAT) of Subsidiary Shock Test Vehicle (Government witnessed at Vendor facility) (see Attachment #3) CLIN 0002:QUANTITY of ONE (1) Subsidiary Shock Test Vehicle (see Attachment #1) CLIN 0003: SHIPPING (if applicable, and separately priced) CLIN 0004: QUANTITY of ONE (1) Installation of Subsidiary Shock Test Vehicle (see Attachment #2) CLIN 0005: QUANTITY of ONE (1) Factory Acceptance Testing (FAT), post installation (see Attachment #3) The quoted Subsidiary Shock Test Vehicle must meet the Government Specifications (Attachment # 1). Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the Government Specifications. For more information pertaining to installation, please see Attachment # 2 Government Furnished Information (GFI). Offerors shall produce and provide test results that the quoted Subsidiary Shock Test Vehicle has passed all the factory testing requirements, outlined in the Attachment # 3 Factory Acceptance Testing (FAT) Requirements. These test results shall confirm that the proposed items meet the Government Specifications (Attachment # 1). The documents referenced in Attachment # 3 FAT are attached to this FedBizOpps posting under Attachment # 4 Mechanical Vibrations of Shipboard Equipment (Mil-Std-167-1A) and Attachment # 5 NAVSEA drawing 53711-7108329 A3 Structurally Integrated Enclosure. Attachment # 5 NAVSEA Drawing # 53711-7108329_A3 is an export controlled document as it is Distro D. To access Attachment # 5 requires a valid Joint Certification Program (JCP) certification. The drawing is accessible using a valid JCP certification number though this posting on FedBizOpps. For more information concerning JCP certification please visit https://www.dlis.dla.mil/jcp/search.aspx. Inspection and acceptance will be conducted by the Government at the Government facility. Upon installation completion, the Government will perform inspection and acceptance. Required delivery is F.O.B. DESTINATION, Newport, RI 02841. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from Section 508 requirements. 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - 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. In addition, clause 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns applies to this solicitation, and may require completion by HUBZone Small Business Concerns. 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 (WAWF). 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 the requirements specified, in the required quantities; and (2) Offerors shall submit up to three (3) past performance references, if available, that reflect relevant experience performed within the last three (3) years of the closing date of the combined synopsis/solicitation. The Government will use the Past Performance Information Retrieval System (PPIRS) Statistical Reporting (SR) to evaluate an Offeror's past performance, in conjunction with Offeror supplied references, where negative information regarding delivery or quality data on previously awarded contracts may render a quote being deemed technically unacceptable. If fewer than three recent, relevant past performance references are provided, the Offeror shall affirmatively state it does not have additional recent relevant past performance references. Failure to do so may result in the Offeror's proposal being deemed unawardable. Include a discussion on how the references provided are relevant to the requirements of this combined synopsis/solicitation. Include contract/task order number, contract/task order type, program name, total contract/task order cost, short description of work performed, and names and valid telephone numbers for the Procuring Contract Officer (PCO) and Contracting Officer's Representative (COR), if available. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 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 website. Offers must be e-mailed directly to Rosemary Shuman at rosemary.shuman@navy.mil. Offers must be received by 2:00 p.m. (EST) on Friday, 09 December 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Shuman at rosemary.shuman@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0245/listing.html)
- Record
- SN04340755-W 20161203/161201234607-4d09d32cfad6d27901e4b7e3625a3f4a (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 |