SOLICITATION NOTICE
66 -- Multi-Function Climatic Chamber (MFCC)
- Notice Date
- 11/2/2020 11:41:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-20-Q-0444
- Response Due
- 11/10/2020 8:00:00 AM
- Archive Date
- 11/25/2020
- Point of Contact
- Devin Hader, Phone: 7323232741
- E-Mail Address
-
devin.hader@navy.mil
(devin.hader@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure a Multi-Function Climatic Chamber (MFCC), for the Environmental Test Laboratory (ETL) in the Prototype, Manufacturing, and Test Division (PMTD), through a Firm Fixed Price contract, in accordance with the attached Statement of Work (SOW). The resultant contract will have an eight (8)�month delivery date, after the date of the contract. The Government intends to procure the above items through a total small business set-aside. �(i)� THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� (ii)� This solicitation number is N68335-20-Q-0444 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95.� (iv) This solicitation is open to small businesses.� NAICS is 334513.� FSC code is 6636 (v) FAR 52.212-1 Instructions to Offerors � Commercial Items, is incorporated.� (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.� (vii)� FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated.� The resulting contract will be nine (9) month period of performance (viii)� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items is incorporated in this contract by full text; the following provisions apply:� 52.222-50, Combating Trafficking in Persons (Mar 2015). (ix)� Additional clauses and provisions and requirements: 52.204-13 System for Award Management Maintenance OCT 2016 52.227-1 Authorization and Consent DEC 2007 252.204-7004 System for Award Management FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals OCT 2014 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.211-7003 Item Unique Identification And Valuation MAR 2016�� Additional requirements: Quotes are due by 11:00am EST, 10 November 2020 to Devin Hader at devin.hader@navy.mil .� Please see attachments for Submission and Evaluation Instructions, and the Statement of Work (SOW) (x)� Name and telephone number of individual to contact for information regarding the solicitation:� Devin Hader, 732-323-2741 e-mail: devin.hader@navy.mil.� Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.� The Government will accept only electronic proposals.� UPDATE P0001 - 27 October 2020, 12:47pm This update revised the attachment, ""Submission and Evaluation Instructions"" to provide for an additional CLIN for pricing. It also revised the period of performance to an expected delivery date of eight (8) months. UPDATE P00003 - 2 November 2020, 2:38pm This update is to provide answers to the following questions: 1. Please supply the characteristics of the Units under test (UUT) so that we can properly size the Temperature and Humidity systems to meet the Temperature /Humidity limits. What is the maximum size and weight and the materials that make up the UUT? Answer: The ETL tests a wide variety of UUTs. We�ve tested units as small as only a few inches cubed weighing less than 10 lbs all the way up to very large items that are multiple feet cubed weighing more than a few thousand pounds. It would be hard to give an exact answer as to the typically tested UUT that the chamber will see. The chamber physical size should be per the Statement of Work. 2. What is the Horse Power capacity of the heating and cooling Systems Required? Answer: Our current walk in chamber has two 40hp compressors and two 18.1 KW heating circuits. We�ve been using this system for years without any issues. 3. What are the Chilled water utilities that are available to supply to the Chamber? Answer: We have a water cooling loop to cool the compressors (if necessary) and domestic water available (~30psi and ~60F) 4. Will the Government consider an extension of at least two weeks or more to the due date of this RFQ response to allow a proper and through submission? Answer: An extension will be considered if necessary to ensure competition when the solicitation period is nearing close
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b6d8b483c9014248b171464e1cda0855/view)
- Place of Performance
- Address: Lakehurst, NJ 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN05843978-F 20201104/201102230147 (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 |