SPECIAL NOTICE
99 -- Sole Source
- Notice Date
- 8/24/2020 1:12:57 PM
- Notice Type
- Special Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904020Q0274
- Response Due
- 8/24/2020 2:00:00 PM
- Archive Date
- 09/08/2020
- Point of Contact
- BRIAN LEE, Phone: 2076901527
- E-Mail Address
-
BRIAN.C.LEE2@NAVY.MIL
(BRIAN.C.LEE2@NAVY.MIL)
- Description
- REQUEST FOR QUOTATION THIS IS NOT AN ORDER PLEASE PROVIDE DELIVERED PRICES, AVAILABILITY, AND PRICE SOURCE WITH QUOTE REFERENCE # N3904020Q0274 DUE DATE: 08/19/2020 at 4:00pm Please fill in your information below PORTSMOUTH NAVAL SHIPYARD Your Company Info: Brian Lee TO: PURCHASE DIVISION, CODE 410 ATTN: PORTSMOUTH, NH 03801-2590 (P) PHONE: 207-438-0475 Email: FAX: (207) 438-4193 Cage Code: EMAIL: brian.c.lee2@navy.mil DUNS Number: BUSINESS SIZE: ___SMALL ___LARGE PAYMENT TERMS______%______DAYS DELIVERY TIME____________ARO PRICES DERIVED FROM (CHECK ONE) (Earliest Possible Date) ___COMMERCIAL PRICE LIST (Give date):__________________ ___INTERNAL PRICE LIST (Please explain):_________________ ___OTHER (Please Explain ):______________________________ __X___ If checked, to be awarded on an �All or None� basis. __X___ PPIRS evaluation procedures apply. We intend to enter into a sole source agreement with Baker Hughes for a standalone remote camera inspection system. It is only sold directly by GE Inspection Technologies (Baker �Hughes division), and not through any distributors or re?sellers. See attached Justification for Sole Source. Subsequent awardee must be registered on the System for Award Management (SAM) database prior to award. Information, instructions, forms etc. are available at www.sam.gov. SIGNATURE___________________________________DATE________________________ CAMERA HEAD 1 EA 0001 PTZ 140 SS CAMERA HEAD NTSC UNIT. Stainless Steel PTZ140MM Camera Head. Camera Features A 36x Optical, 12x Digital For 432 X Total Zoom. Camera Head W/ Dual 35 Watt Focused Dichroic Lamps. Includes Camera Head / Cable Strain Relief Part Number 4400-3004 NTSC, Shipping Case And Tool Kit. LASER ATTACHMENT 1 EA 0002 PTZ6.0140LASERA PTZ140 PARALLEL LASER ATTMNT Parallel laser accessory for attachment to the PTZ140 camera head which provides a 50.8mm (2.0 inch) reference for measurement on perpendicular surface. Provides additional comparison measurement capability using area, multi-segment length and circle gauge comparison measurement software. PTZ PLUS PENDANT W/CABLE 1 EA 0003 PTZ6.2-PEND-A PTZ PLUS PENDANT WITH 5M Pendant Cable -Approved BATEMAN.EMIL Y.K.1384174090 Digitally signed by BATEMAN.EMILY.K.1384174090 Date: 2020.08.13 15:43:05 -04'00' Hand-held controller for PTZ 6.2 systems with 16.0 cm (6.4 in) diagonal color VGA resolution LCD monitor, dual joysticks for camera pan and tilt, control buttons for zoom, lighting, image control, and extensive menu functions for image management. Part # PEND-CBL-05 - 5 meter (16ft.) PTZ6.2 pendant cable is included PTZ CAMERA CONTROL UNIT 1 EA 0004 PTZ-CUS-8176 CUSTOM PTZ CCU 6.2 with USB Port PTZ CCU CaZoom 6.2 with USB Port. CABLE ASSY (50FT) 1 EA 0005 PTZ Main Cable Assembly (50 Ft). Ptz4 50' Main Cable Assy (Impulse To Plug With Pins) 50' Waterproof Conductor Cable W/500 LB Kevlar Cord, Coated With Polyurethane Cable Connects Reel Or Ccu To Camera Head. PTZ MAIN CABLE ASSY (100FT) 1 EA 0006 PTZ MAIN CABLE ASSY (100 FT). (Impulse To Plug With Pins) 100' Waterproof Conductor Cable W/500 LB Kevlar Cord, Coated With Polyurethane Cable Connects Reel Or CCU To Camera Head REEL, CABLE STORAGE 1 EA 0007 PTZ Cable Reel With Patch Cable. Ptz4 12""Reel W/10' PTCH Cable Includes: 12"" Diameter Reel And 10' Patch Cable, Stores Up To 125' (38m) Length Of Cable. Cable Not Included. REEL SHIPPING CASE 1 EA 0008 PTZ 12"" REEL SHIPPING CASE. Portable Hard Case With Wheels And Extendable Handle And Custom Foam Insert For Carrying / Shipping Up To 38m(125ft) Cable And Reel Part Number V4400-3000. Cable/Reel Not Included. SWIVEL TRIPOD 1 EA 0009 Ball Joint Tripod W/ 6 Ft Poles. Swivel Tripod With Spherical Bushing, Three 6' (1.8m) Carbon Fiber Poles And Mounting Hardware. Provides Added Stability And The Benefit Of Pivoting The PTZ System In A Manway Access. (Includes PTZ Pole Hardware Package Part Number 4010-3005) CENTER MAST 5FT 1 EA 0010 5 FT J-LOCK CENTER MAST SECTION. Aluminum Center Section Extension Pole 5 Ft Length - J-Lock Style CAMERA MOUNT BRACKET 1 EA 0011 PTZ 140 J-Lock Style Mount Bracket. Nuc Pole PTZ Mount J-Lock PTZ 140 Camera Mount Bracket - J-Lock Style. For Use With J-Lock Pole Systems. Does Not Add Length To Assembly. Compatible With Ptz3.X, Ptz4.X And Ptz6.X. CASE, PTZ140 SYSTEM 1 EA 0012 PTZ140 SYSTEM CASE PTZ 6.0 Shipping / Carrying Case. Case Provides Storage For Ptz140 And Ptz100 Camera Heads, Camera Control Unit/Processor, Hand-Held Controller, GVD 1000, Keyboard, Tool Kit And Manual. (Main Cable Requires Additional Case) *Provide FOB Destination pricing. Delivery and Return Freight to be included. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N3904020Q0274. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08 and DFARS Change Notice 20200605. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars The NAICS code is 334513. The small business size standard is 750 employees. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to Baker Hughes a GE company for Portsmouth Naval Shipyard Kittery Maine, in accordance with both FAR 6.302-1 and FAR 19.1306. (See the attached Justification for Sole Source) This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance) 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7031Secondary Arab Boycott of Israel DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea NAVSEA CLAUSES C-202-H001 ADDITIONAL DEFINITIONS�BASIC C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H018 APPROVAL BY THE GOVERNMENT C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS C-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT C-246-H001 EXTENSION OF COMMERCIAL WARRANTY D-247-H002 PACKAGING OF SUPPLIES D-247-W001 PROHIBITED PACKING MATERIALS D-247-H004 MARKING AND PACKING LIST(S)--BASIC E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY F-247-H004 F.O.B. DESTINATION G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer. (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable"", and will no longer be considered for further competition or award. (2) PRICE The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Place of Performance is: Portsmouth Naval Shipyard, Kittery Maine Delivery: 12-14 Weeks ARO FOB � Destination METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to brian.c.lee2@navy.mil Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 334513, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than August 19, 2020 at 4:00 PM EST. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4d650314c78545cfadf84b6530fe332b/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN05770580-F 20200826/200824230147 (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 |