SOLICITATION NOTICE
66 -- Environmental Chamber
- Notice Date
- 7/7/2020 1:28:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8395
- Response Due
- 7/14/2020 11:00:00 AM
- Archive Date
- 07/29/2020
- Point of Contact
- Kate Arsenault, Phone: 4018327433
- E-Mail Address
-
kate.arsenault@navy.mil
(kate.arsenault@navy.mil)
- Description
- 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 issues. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-20-Q-8395. This Request for Quotation and subsequent order is being solicited as unrestricted, as concurred with by the NUWCDIVNPT Small Business Administration Procurement Center Representative. The North American Industry Classification System (NAICS) Code for this acquisition is 334519. The Small Business Size Standard is 500 Employees. The Naval Undersea Warfare Center Division Newport intends to award a Sole Source, Firm Fixed Price contract to Illinois Tool Works, Inc. doing business as (d/b/a) Instron for a replacement Environmental Chamber, in accordance with the attached Sole Source Justification. CLIN 0001: Environmental Chamber as follows: Part Number 3119-610, Instron Environmental Chamber (Internal W x D x H: 400 x 400 x 660 mm) and Temperature Range: Ambient to +350 �C (+660 �F), Quantity: 1 Part Number 3119-610A2, Temperature Controller, Quantity: 1 Part Number 3119-610B2, LN2 Cooling Option for P/N 3119-600 Series Chambers, Minimum Temperature: -150 �C (or -238 �F), Quantity: 1 Part Number 3119-106, LN2 Coolant Hose Set (USA), Quantity: 1 Part Number 3119-610C4, NEMA 200-240 V AC Mains Cable (North America, Canada, Japan), Length 2.7m, Single Phase, 50/60 Hz, Fitted with NEMA L6-30P, 30 AMP Plug, Quantity: 1 Part Number 3119-610D1, English language Manual Set, Quantity: 1 CLIN 0002: Lower Pullrod, Part Number 3119-301, Type Dm to Df Fittings (0.5 in Clevis Pin), Effective Length: 114 mm (4.5 in), Quantity: 1 CLIN 0003: Upper Pullrod, Part Number 3119-302, Type Dm to Df Fittings (0.5 in Clevis Pin), Effective Length: 304 mm (12in), Quantity: 1 CLIN 0004: Installation as follows: Part Number 1400-055, Enhanced Hardware Integration and Instruction, Quantity: 1 Part Number 1490-020, Temperature Verification, In-Situ Method, Single Point, Environmental Chamber or Furnace, Quantity: 1 Part Number 1400-002, Travel/Logistics Fee for Service, Quantity: 1 CLIN 0005: 50N Load Cell & On-Site Verification as follows: Part Number 2525-817, Static Load Cell: 50 N (5 kgf, 10 lbf), Fitting: Type Of (2.5 mm Clevis Pin) and Type Of (6 mm Clevis Pin), Quantity: 1 Part Number 1481-012, Standard Force Verification, Less than 500N (less than 112 lbf), Tension and Compression, Quantity: 1 Instron is the only known source for these items. F.O.B. Destination is Newport, RI 02841. The offeror shall specify the delivery lead time in the quote. Offerors must include shipping costs, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions apply to this solicitation: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction; 52.212-1, Instructions to Offerors - Commercial Items; and FAR 52.212-3, Offeror Representations and Certifications � Commercial Items. Clauses FAR 52.212-2 Evaluation � Commercial Item, 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 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 provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reporter Cyber Incident Information, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. 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 PIEE/Wide Area Workflow. Defense Priorities and Allocations System (DPAS) rating of DO-C9, and Electronic and Information Technology Accessibility Requirements do not apply to this requirement in accordance with FAR 39.204 (b).� 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 notice is not a request for competitive quotations.� All responsible sources may submit a capability statement, which will be considered by the Government.� A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors shall include price (inclusive of shipping to Newport, RI 02841-1708) and the following additional information with submissions: point of contact (including phone number and email address), and CAGE Code. Offers shall be submitted via email to kate.arsenault@navy.mil. Offers must be received on or before Tuesday, July 14th, 2020, 2:00PM EST. For questions pertaining to this acquisition, please contact Kate Arsenault at kate.arsenault@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/95a22edac7ca4a3ba59bf0e0458ae48d/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05713823-F 20200709/200707230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |