SOLICITATION NOTICE
66 -- THERMOTRON ENVIRONMENTAL TEST CHAMBER (P/N: SE-1000-15-15) - ATTACHMENT # 1 - GOVERNMENT MINIMUM REQUIREMENTS
- Notice Date
- 3/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- N66604-18-Q-1700
- Point of Contact
- Rosemary E. Shuman, , Carolyn Gillman,
- E-Mail Address
-
Rosemary.Shuman@navy.mil, carolyn.gillman@navy.mil
(Rosemary.Shuman@navy.mil, carolyn.gillman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT # 1 - GOVERNMENT MINIMUM REQUIREMENTS This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations 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). The Request for Quotation (RFQ) number is N66604-18-Q-1700. The North American Industry Classification Systems (NAICS) code for this requirement is 334515. The Small Business Size Standard is 750 employees. This action is being processed on an unrestricted basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs. NUWCDIVNPT intends to purchase the following items on a firm-fixed price, sole source basis: CLIN 0001: Thermotron Environmental Test Chamber (Part Number: SE-1000-15-15), including Thermotron T8800 Controller, QTY: 4/Each CLIN 0002: Tier 2 Thermocouple 8 Channel installed in each unit, QTY: 4/Each CLIN 0003: Water Purification System installed in each unit, QTY: 4/Each CLIN 0004: One (1) additional 4" Cable Port installed in each unit, QTY: 4/Each CLIN 0005: Complete set of documentation consisting of operation manuals, drawings, wiring diagrams, and parts lists, QTY: 1/each CLIN 0006: Shipping, if applicable and separately priced, QTY: 1/Job CLIN 0007: On-site installation services, QTY: 1/Job The proposed Thermotron Environmental Test Chamber (Part Number: SE-1000-15-15) shall be in accordance with Attachment # 1 - Government Minimum Requirements. NUWCDIVNPT intends to purchase these items on a sole source basis from Venturedyne, Ltd (doing business as Thermotron Industries) 291 Kollen Park Drive, Holland, Michigan 49423. The basis for determining the sole source is compatibility with the other Naval Sea Systems Command (NAVSEA) test labs. The Thermotron Industries Environmental test chamber is the only environmental test chamber in use in the other NAVSEA environmental labs. The Thermotron Industries environmental test chamber is the only test chamber that will ensure 100% compatibility with the existing test chambers installed in the other NAVSEA environmental test labs. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement in the future. F.O.B. Destination: Newport, RI 02841-1708. THE REQUIRED DELIVERY DATE IS 1 AUGUST 2018. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. 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. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)) Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This action is exempt from the Section 508 contract requirements. 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, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNS number. Quotes must be received on or before Friday, 13 April 2018 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Rosemary Shuman at rosemary.shuman@navy.mil with Carolyn Gillman, Carolyn.gillman@navy.mil on copy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1700/listing.html)
- Record
- SN04872505-W 20180331/180329232018-e2e7e56965db65927380b59c2585d405 (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 |