SOLICITATION NOTICE
66 -- Secondary Vibration Calibration System Sole Source
- Notice Date
- 4/1/2024 7:05:52 AM
- 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
- N6660424Q0334
- Response Due
- 4/3/2024 11:00:00 AM
- Archive Date
- 04/18/2024
- Point of Contact
- Michelle Weigert, Phone: 4018322811
- E-Mail Address
-
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.civ@us.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 issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0334. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2024-03, effective February 23, 2024. This requirement is being solicited on a Sole Source basis to The Modal Shop, Inc., (CAGE Code 0X6U3). The North American Industry Classification System (NAICS) Code is 334519. The Small Business Size Standard is 600 employees. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase the following on a Firm Fixed Price (FFP) basis. The desired delivery date for this action is 14 weeks from award, F.O.B. Destination, Naval Station Newport, RI. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001 - P/N: 9155D Description:�Accel Cal Workstation Qty: 1 Each CLIN 0002 - P/N: 9155D-831 Description:�Precision Air-Bearing shaker option for Model 9155 Calibration System Qty: 1 Each CLIN 0003 - P/N: 9155D-USC-100 Description:�Universal Signal Conditioning option for 9155 calibration system for Piezoresistive, Variable Capacitance, Bridge, Charge, ICP SUT types Qty: 1 Each CLIN 0004 - P/N: 9155D-525 Description:�Option for Model 9155C. Low shock calibration option�Qty: 1 Each CLIN 0005 - P/N: 9155D-160 Description:�Tool Kit Option for Model 9155 Calibration System Qty: 1 Each CLIN 0006 - P/N: 9155D-501 Description:�Linearity Test Option for Model 9155 Calibration System Qty: 1 Each CLIN 0007 - P/N: 9155-SCP3 Description:�3 Year Primary Service Contract for Calibration Systems Qty: 1 Each This solicitation is not a request for competitive quotes, however, all quotes received will be considered by the Government for future requirements. The Modal Shop and its The Model 9155D Secondary Vibration Calibration System (SVCS) is the only manufacturer that has been authorized for use at Navy Calibration Labs by the Naval Sea Systems Command (NAVSEA) 09 Metrology and Calibration Lab (METCAL) Technical Warrant Holder and the Original Equipment Manufacturer (OEM) has no authorized resellers. The decision has been made by the Government to not compete this proposed requirement. Quotes received will be considered solely for the purpose of determining whether to conduct a competitive requirement in the future. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements. The following FAR clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors-- Commercial Item; FAR 52.212-2, Evaluation-Commercial Products and Commercial Services; 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FA 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) -- 52.219-28, Post Award Small Business Program Representation (Nov 2020); -- 52.222-3, Convict Labor (June 2003); -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019); -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015) -- 52.222-26, Equal Opportunity(Sep 2016) (E.O.11246); -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); -- 52.222-50, Combating Trafficking in Persons (Oct 2020); -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); and -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: - 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements; - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. 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 (WAWF). Offerors shall include price, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror�s CAGE Code, and the quote shall include a validity date of no less than 60 days from due date for receipt of offers. Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/portal/public/SAM/. Instructions for registration are available at the website. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Wednesday April 3, 2024 at 1400 Eastern Daylight Saving Time (EDT). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0334. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2024-03, effective February 23, 2024. This requirement is being solicited on a Sole Source basis to The Modal Shop, Inc., (CAGE Code 0X6U3). The North American Industry Classification System (NAICS) Code is 334519. The Small Business Size Standard is 600 employees. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase the following on a Firm Fixed Price (FFP) basis. The desired delivery date for this action is 14 weeks from award, F.O.B. Destination, Naval Station Newport, RI. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN PART NUMBER DESCRIPTION QUANTITY 0001 9155D Accel Cal Workstation 1 Each 0002 9155D-831 Precision Air-Bearing shaker option for Model 9155 Calibration System. 1 Each 0003 9155D-USC-100 Universal Signal Conditioning option for 9155 calibration system for Piezoresistive, Variable Capacitance, Bridge, Charge, ICP SUT types 1 Each 0004 9155D-525 Option for Model 9155C. Low shock calibration option. 1 Each 0005 9155D-160 Tool Kit Option for Model 9155 Calibration System 1 Each 0006 9155D-501 Linearity Test Option for Model 9155 Calibration System 1 Each 0007 9155-SCP3 3 Year Primary Service Contract for Calibration Systems 1 Job This solicitation is not a request for competitive quotes, however, all quotes received will be considered by the Government for future requirements. The Modal Shop and its The Model 9155D Secondary Vibration Calibration System (SVCS) is the only manufacturer that has been authorized for use at Navy Calibration Labs by the Naval Sea Systems Command (NAVSEA) 09 Metrology and Calibration Lab (METCAL) Technical Warrant Holder and the Original Equipment Manufacturer (OEM) has no authorized resellers. The decision has been made by the Government to not compete this proposed requirement. Quotes received will be considered solely for the purpose of determining whether to conduct a competitive requirement in the future. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements. The following FAR clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors-- Commercial Item; FAR 52.212-2, Evaluation-Commercial Products and Commercial Services; 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FA 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: -- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) -- 52.219-28, Post Award Small Business Program Representation (Nov 2020); -- 52.222-3, Convict Labor (June 2003); -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019); -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015) -- 52.222-26, Equal Opportunity(Sep 2016) (E.O.11246); -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); -- 52.222-50, Combating Trafficking in Persons (Oct 2020); -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); and -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: - 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements; - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. 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 (WAWF). Offerors shall include price, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror�s CAGE Code, and the quote shall include a validity date of no less than 60 days from due date for receipt of offers. Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/portal/public/SAM/. Instructions for registration are available at the website. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Wednesday April 3, 2024 at 1400 Eastern Daylight Saving Time (EDT). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec55b10f6d1746eb86ce33e52d77f7f0/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07015882-F 20240403/240401230047 (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 |