Thermotron Environmental Test Chamber and Installation Services
Amendment 2: **The purpose of Amendment 2 is to revise the periods of performance for CLINs 0003 and 0004 as follows: THE REQUIRED PERIODS OF PERFORMANCE FOR CLINS 0003 and 0004 ARE FROM DATE OF CLIN ... Amendment 2: **The purpose of Amendment 2 is to revise the periods of performance for CLINs 0003 and 0004 as follows: THE REQUIRED PERIODS OF PERFORMANCE FOR CLINS 0003 and 0004 ARE FROM DATE OF CLIN 0001 DELIVERY THROUGH FOUR (4) WEEKS THEREAFTER. THE INSTALLATION AND START-UP SHALL NOT EXCEED SIX (6) BUSINESS DAYS. The request for quote (RFQ) response date and time is not extended as a result of Amendment 2. All other RFQ terms and conditions remain unchanged.** Amendment 1: **The purpose of Amendment 1 is to revise the Government's minimum specifications in Attachment # 1 - Government Minimum Requirements. The revised Government minimum specifications are provided with Amendment 1, titled as Attachment # 2 - Government Revised Minimum Requirements. The request for quote (RFQ) response date and time is extended as a result of Amendment 1 to 1 May 2019 at 1400 EST. All other RFQ terms and conditions remain unchanged.** This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-19-Q-1918. The North American Industry Classification Systems (NAICS) code for this requirement is 334515. The Small Business Size Standard is 750 employees. This action is being processed on an unrestricted basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs. NUWCDIVNPT intends to purchase the following items on a firm-fixed price, sole source basis: CLIN 0001: Thermotron Environmental Test Chamber Part Number: SE-1000-15-15 (including: T8800 Controller; Tier 1 Data Acquisition; Tier 2 Thermocouple 8 channel; Water Purification System; Two (2) 4" Cable Ports; and, commercially available complete set of documentation consisting of operation manuals, drawings, wiring diagrams, and parts lists); QTY: 1/EACH CLIN 0002: Shipping Associated with CLIN 0001 (if applicable and separately priced); QTY: 1/JOB. CLIN 0003: Thermotron Environmental Test Chamber Installation Services at NUWCDIVNPT; QTY: 1/JOB. CLIN 0004: Start-Up Services at NUWCDIVNPT (Including installation of the external condenser behind the building, piping and electrical hookup); QTY: 1/JOB. CLIN 0005: Data associated with CLIN 0001; QTY: 1/LOT. Not Separately Priced. The proposed Thermotron Environmental Test Chamber (Part Number: SE-1000-15-15) shall be configured in accordance with Attachment # 1 - Government Minimum Requirements. NUWCDIVNPT intends to purchase these items and services on a sole source basis from Venturedyne, Ltd (doing business as Thermotron Industries) 291 Kollen Park Drive, Holland, Michigan 49423. The basis for determining the sole source is compatibility with the other Naval Sea Systems Command (NAVSEA) test labs. The Thermotron Industries Environmental test chamber is the only environmental test chamber in use at the other NAVSEA environmental labs. The Thermotron Industries environmental test chamber is the only test chamber that will ensure 100% compatibility with the existing test chambers installed in the other NAVSEA environmental test labs. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement in the future. F.O.B. Destination: Newport, RI 02841-1708. THE REQUIRED DELIVERY DATE FOR CLIN 0001 IS FIFTEEN (15) WEEKS AFTER DATE OF CONTRACT (ADC) OR SOONER. THE REQUIRED PERIODS OF PERFORMANCE FOR CLINS 0003 and 0004 ARE FROM DATE OF CLIN 0001 DELIVERY THROUGH SEVEN (7) DAYS THEREAFTER. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. 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 Procurement Integrated Enterprise Environment (PIEE) (formerly known as Invoice, Receipt, Acceptance and Property Transfer (iRAPT) and Wide Area Workflow (WAWF)). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This action is exempt from the Section 508 contract requirements. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNS number. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements in the minimum specifications attached, in the required quantities specified above; (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable; and, (3) the offeror must provide a quote that meets the aforementioned delivery date and periods of performance. Quotes must be received on or before Monday, 29 April 2019 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Kristina Michael at kristina.michael@navy.mil. For information on this acquisition, contact Kristina Michael at kristina.michael@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »