NHT Enclosures
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 announce... 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. This combined synopsis/solicitation is issued as a sole source J&A notice and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil through Federal Acquisition Circular (FAC) number 2020-04. This requirement is advertised as SOLE SOURCE. Naval Air Warfare Center – Training Systems Division (NAWCTSD) is issuing solicitation number, N6134020R0067, as a request for quote (RFQ) for two training enclosures for the Normobaric Hypoxia Trainer (NHT), Device 9A19. The NHT training enclosure is an aluminum framed 8' wide by 24' long by 8' tall enclosure with opaque plastic walls, Lexan windows and a clear Lexan ceiling divided into a 8' by 6' ante room and a 8' x 18' main training room, to be delivered to MCAS Cherry Point and NAS Whidbey Island. The Government intends to award a firm-fixed price contract, on a sole source basis, to Minitec Framing Systems for this procurement. The training enclosure incorporated into 9A19 SN1 was acquired as part of a full and open competition. Many offerings were evaluated for technical sufficiency and two judged acceptable, but the offering from Minitec Framing Systems was selected. It is desired that the enclosure for follow-on sites be an exact match to SN1. An alternate enclosure design would require significant redesign of all sub-systems that depend upon the enclosure as well as a revalidation of performance. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 “All other miscellaneous fabricated metal product manufacturing” with a size standard of 750 employees. The Product Service Code (PSC) for this procurement is 5410. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Under this effort, the Contractor shall provide the following items: Cherry Point and Whidbey Island Enclosure Requirements: 1. Exterior size of enclosure 24ft(+/-4in) length x 12ft(+/-4in) width x 8ft(+6in-0in) height. 2. Enclosure shall have an interior room (ante-room) located on the width of the enclosure of 6ft(+/-4in) x 12ft (width as above) x 8ft (height as above). 3. Exterior and Interior door openings shall be a minimum of 32in wide and 84in tall. 4. Exterior and Interior doors shall align with centerline of the width of the room. 5. Exterior door shall swing open to the outside of the enclosure 6. Exterior door shall latch closed but NOT lock. 7. Exterior door shall be sealed when closed. 8. Interior door shall slide on the interior of the larger interior area 9. All doors shall be openable from either side. 10. Structure shall be assembled with modular aluminum extrusions a. Extrusions shall have mounting slots that are accessible from the inside and outside of enclosure. 11. Lower wall panels shall be opaque expanded PVC panel, ABS panel, or ABS equivalent plastic 6mm or 1/4" thick. a. Entire wall opposite the front door shall be opaque 12. Lower wall panels shall cover from the ground to 36-48in up the side wall. 13. Upper wall and ceiling panels shall be clear polycarbonate 6mm or 1/4" thick. 14. Clear wall panels shall be removable with basic hand tools from the outside of the enclosure, or removed from sub-assembled panels that are removable from outside the enclosure. 15. Removable clear wall panels shall be sealed. 16. Ceiling shall consist of three approximately equally spaced sections across its 12ft dimension. 17. Ceiling structural braces shall span the entire 12ft +/- 4in width of the enclosure. 18. Ceiling structure shall have mounting slots available from inside and outside the enclosure for mounting. 19. Vertical beams shall be no more than 4ft apart from each other along sides of enclosure and line up with ceiling panel braces. 20. Enclosure design to meet seismic requirements for California, Washington, Florida, North Carolina, Maryland and Virginia. Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34. Naval Air Warfare Center Training Systems Division Attn: Rocco Portoghese 12211 Science Dr Orlando, Florida 32826 The following Federal Acquisition Regulation (FAR) provisions and clauses apply: The FAR provision 52.212-1, Instructions to Offerors – Commercial Items (Deviation 2018-O0018: Oct 2018) apples to this acquisition. The FAR provision 52.212-2, Evaluation – Commercial Items (Oct 2014) does not apply to this acquisition. The FAR provision 52.212-3 Alternate 1, Offeror Representations and Certifications -- Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation 2018-O0021: Sep 2018) applies to this acquisition. ? The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 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. 52.204-20 Predecessor of Offeror (July 2016) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 ALT1 Small Business Program Representations (Sep 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor—Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2019) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2019) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification (Jun 2019) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes—Fixed Price (Apr 1984) 52.246-4 Inspection of Supplies—Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) A firm-fixed-price purchase order will be awarded. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award. Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 5 pm US Eastern Time on 18 February 2020. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated. Points of Contact: Kurt Susnis (407) 380-4243 Andrea Gordon-Eubanks (407) 380-8189
Data sourced from SAM.gov.
View Official Posting »