MODIFICATION
59 -- High Force Electrodynamic Mechanical Testing System and Removable Temperature Chamber - Amendment 2 Industry Questions and Answers
- Notice Date
- 5/14/2018
- Notice Type
- Modification/Amendment
- 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-2086
- Archive Date
- 5/30/2018
- Point of Contact
- Kristina E. Michael, Phone: 4018325218
- E-Mail Address
-
kristina.michael@navy.mil
(kristina.michael@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- **Amendment 2: The purpose of this amendment is to answer industry questions. The industry questions and answers are listed in the attached document: "Attachment #3 - Industry Questions and Answers - Amendment 2." All other terms and conditions remain unchanged.** **Amendment 1: The purpose of this amendment is to answer industry questions, revise the Government minimum specifications, and to revise the Section 508 information, as follows: 1. The industry questions and answers are listed in the attached document: "Attachment #2 - Industry Questions and Answers - Amendment 1." 2. The minimum specifications for CLIN 0001, item #5, and CLIN 0002, item #1, are updated in the attached document: "Attachment #1 - Revised Minimum Specifications - Amendment 1". 3. The Section 508 information is revised from "Section 508 contract requirements are not applicable to this action" to "Section 508: This procurement is exempt from Section 508 contract requirements in accordance with FAR 39.204(d)". All other terms and conditions remain unchanged.** 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-2086. 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. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the unrestricted determination. NUWCDIVNPT intends to purchase the following items, on a firm-fixed price basis: CLIN 0001: High Force Electrodynamic Mechanical Testing System with Control System, Quantity: 1, EACH. CLIN 0002: Removable Temperature Chamber, Quantity: 1, EACH. CLIN 0003: Shipping (if applicable and separately priced), Quantity: 1, JOB. All offers shall be accompanied by complete technical specifications demonstrating that the products meet all characteristics identified in the attached Salient Characteristics and Minimum Requirements document, Attachment # 1. F.O.B. Destination: Newport, RI, 02841-1708. The required delivery date is twelve (12) weeks after receipt of order (ARO), or sooner. 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), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (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 Wide Area Workflow/iRAPT. 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. Section 508: This procurement is exempt from Section 508 contract requirements in accordance with FAR 39.204(d)." 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. 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 the required items, meeting the Salient Characteristics and Minimum Requirements, in the required quantities; (2) the offeror must meet or exceed the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. 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 15 May 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 Kristina Michael at Kristina.michael@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2086/listing.html)
- Record
- SN04921626-W 20180516/180514230824-4dea3167ce48ec66bec33ce8af78470a (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 |