Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

66 -- PAMAS S40 GO Portable Particle Counters

Notice Date
9/4/2024 4:04:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924Q0477
 
Response Due
9/12/2024 9:00:00 AM
 
Archive Date
09/27/2024
 
Point of Contact
Connie Totaro, Phone: 7165533454
 
E-Mail Address
connie.m.totaro.civ@us.navy.mil
(connie.m.totaro.civ@us.navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. The Brand Name Justification is attached in the solicitation and all vendors shall provide an authorized re-seller certification by closing of solicitation. This procurement action is for brand name PAMAS GmbH, PAMAS S40 GO in support of the Performance Monitoring Team (PMT) located at Naval Submarine Base New London Groton, CT. 06349. The reference number is N0018924Q0477. The proposed contract action is for commercial services, in accordance with the attached Justification for Sole Source. The North American Industry Classification System (NAICS) Code is 334516 and the Small Business Standard is 1,000 (# of employees).� This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-06. Effective date: 08/29/2024 and DFARS Change Notice 20240815.� 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 the following websites: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/change_notices.html This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.� A request for quote will be available for download on or about Wednesday 04 September 2024. Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at the above web sites. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.� Failure to do so may represent grounds for refusing to accept the quote.� Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States.� Lack of registration in the SAM database will make a vendor ineligible for award.� This announcement will close at 12:00 PM EST on Thursday 12 September 2024. All responsible sources may submit a quote to Connie Totaro, who can be reached via connie.m.totaro.civ@us.navy.mil NO LATER THAN 12:00 PM EST on Thursday 12 September 2024. All responsible sources may submit a quote which shall be considered by the agency.� Attachments: Attachment I � Brand Name Justification ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001 4 Each PMT TEST EQUIPMENT FFP PAMAS S40 GO Portable Particle Counters-Oil calibration testing equipment FOB: Destination BRAND NAME/SOLE SOURCE: SS MILSTRIP: V4445024RC008DB PURCHASE REQUEST NUMBER: V4445024RC008DB PSC CD: 6630 Required Delivery Date:� 12 weeks after contract award*** Delivery Address:� COMSUBRON EIGHT Performance Monitoring Team (PMT) Naval Submarine Base New London Bldg. 33 Grayback Avenue Groton, CT 06349-5000 STATEMENT OF WORK (SOW) Statement of Work (SOW) for The Procurement of Four (4) PAMAS S40 GO Portable Particle Counters 1.0 INTRODUCTION 1.0.1�� NAVSEA PMS 392 is a Department of Defense entity responsible for sustainment of In-service Submarines.� This requirement is for PMS 392A4, which is responsible for Test Equipment for the NAVSEA Submarine Performance Monitoring Program�s (PMP) Performance Monitoring Teams (PMT) 1.0.2 This contract is for non-personal product procurement.� It does not create employment rights with the U.S. Government whether actual, inherent, or implied 1.0.3�� Government/Contractor Relationship 1.0.3.1�� The products to be delivered under this contract are non-personal and the parties recognize and agree that no employer-employee relationship exists or will exist under the Contract between the Government and the Contractor's personnel.� Therefore, it is in the best interest of the Government to provide both parties a full understanding of their respective obligations. 1.0.3.2�� The Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishable badges or other visible identification for meetings with Government personnel. In addition, Contractor personnel shall appropriately identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence. 1.0.3.3�� Contractor personnel under this contract shall not engage in any of the inherently Governmental functions listed at FAR Subpart 7.5 or DFARS Subpart 207.5. 1.0.4�� Employee Relationship: 1.0.4.1�� The product to be delivered under this contract does not require the Contractor or its personnel to exercise personal judgment and discretion on behalf of the Government.� Rather the Contractor's personnel will act and exercise personal judgment and discretion on behalf of the Contractor.� 1.0.4.2�� Rules, regulations, directives, and requirements that are issued by the U. S. Navy and NSWCPD under its responsibility for good order, administration, and security are applicable to all personnel who enter a Government installation or who travel on Government transportation.� This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract. 1.0.4.3�� Inapplicability of Employee Benefits: This contract does not create an employer-employee relationship.� Accordingly, entitlements and benefits applicable to such relationships do not apply.�� 1.0.4.4�� It is the Contractor's, as well as the Government's, responsibility to monitor contract activities and notify the Contracting Officer if the Contractor believes that the intent of this Section has been or may be violated.� 1.0.4.4.1�� The Contractor shall notify the Contracting Officer in writing via letter or email within three (3) calendar days from the date of any incident that the Contractor considers to constitute a violation of this Section.� The notice should include the date, nature, and circumstances of the conduct; the name, function, and activity of each Government employee or Contractor official or employee involved or knowledgeable about such conduct; identify any documents or substance of any oral communication involved in the conduct; and the Contractor's estimated date when, absent a response, cost, schedule or performance will be impacted. 1.0.4.4.2�� The Contracting Officer will, within five (5) calendar days after receipt of notice, respond to the notice in writing.� In responding, the Contracting Officer will either: (i)���������� Confirm the conduct is in violation and when necessary direct the mode of further performance, (ii)��������� Countermand any communication regarded as a violation, (iii)������� Deny that the conduct constitutes a violation and when necessary direct the mode of further performance, or (iv)�������� In the event the notice is inadequate to make a decision, advise the Contractor what additional information is required, and establish the date by which it should be furnished by the Contractor.� BACKGROUND The Performance Monitoring Program provides services to maintain the health of In-Service Submarines by collecting data via the Submarine Performance Monitoring Teams (PMT) for engineering analysis.� The following requirement is for the procurement of four (4) PAMAS S40 GO Portable Particle Counters for use at PMT�s eight locations worldwide.� PMT supports every class of Submarine in the Navy.� PMT performs maintenance on a variety of critical systems, to include hydraulic fluid systems.� Each PMT location receives samples from each submarine on a periodic and emergent basis in order to analyze the oil for contamination. In most cases, the results of the measurements must be able to be immediately reviewed by NAVSEA Engineers in order to make a determination of critical system operability.� Without this analysis there is extreme risk of component damage and critical system failure due to large contaminants and liquids in the hydraulic fluid. 1.2 SCOPE OF WORK The Contractor shall provide four (4) PAMAS S40 GO Portable Particle Counters to the Government Technical Point of Contact (GTPOC). 2.0.� REQUIREMENTS The Vendor is responsible for the delivery of four (4) PAMAS S40 GO Portable Particle Counters to the Government Technical Point of Contact (GTPOC). 2.1.1 GOVERNMENT TECHNICAL POINT OF CONTACT Kevin Licht Email: kevin.d.licht.civ@us.navy.mil Telephone: (860) 694-2267 Shipping Address: RECEIVING OFFICER PMT NEW LONDON BLDG 33 GRAYBACK AVENUE GROTON, CT 06349-5000 3.0�� Purchases 3.1 Information Technology (IT) equipment, or services must be approved by the proper approval authority. All IT requirements, regardless of dollar amount, submitted under this Contract shall be submitted to the PCO for review and approval prior to purchase. The definition of information technology is identical to that of the Clinger-Cohen Act, that is, any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. Information technology includes computers, ancillary equipment, software, firmware and similar procedures, services (including support services), and related resources. 4.0 Period of Performance 4.1 The Product shall be delivered within twelve weeks of the award date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92d4231bc9e7498da4f995d946d7900c/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN07198165-F 20240906/240904230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.