Environmental Test Chamber
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... 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-19-Q-2981. This requirement is being solicited on a Sole Source basis to Venturedyne, LTD (Doing Business as Thermotron Industries), as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334515. The Small Business Size Standard is 750 employees. The basis for determining the Sole Source is due to a requirement for compatibility with the other Naval Sea Systems Command (NAVSEA) test labs which provides interoperability with other Navy labs which is a minimum requirement of the Government. 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. This 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 requirement in the future. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, one (1) Thermotron Environmental Test Chamber (Part Number: WS-400-CHM-30-30), including one (1) Thermotron T8800 Controllers, with on-site installation services. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. Please note that this requirement has the potential for an additional Environmental Test Chamber, which is listed below as Option CLINs. The minimum requirements for the items are included as Attachment #1. Contract Line Item Number (CLIN) Item Description/Minimum Requirement Quantity Unit Price Total Price CLIN 0001 Solid Walk-in Temperature Test Chamber 1 Each CLIN 0002 Environmental Test Chamber Window 1 Each CLIN 0003 16 T-Type Thermocouples 1 Each CLIN 0004 Environmental Test Chamber Ramp 1 Each CLIN 0005 Item Unique Identification Metal Plate 1 Each CLIN 0006 Installation 1 Job CLIN 0007 Shipping, if applicable 1 Job CLIN 008 Contract Data Requirements List (CDRLs) (Please see Exhibit A, Attachment #2 for DRAFT CDRLS) 1 Lot NOT SEPARATELY PRICED NOT SEPARATELY PRICED OPTION- CLIN 0009 Solid Walk-in Temperature Test Chamber 1 Each OPTION- CLIN 0010 Environmental Test Chamber Window 1 Each OPTION- CLIN 0011 16 T-Type Thermocouples 1 Each OPTION- CLIN 0012 Environmental Test Chamber Ramp 1 Each OPTION- CLIN 0013 Item Unique Identification Metal Plate 1 Each OPTION- CLIN 0014 Installation 1 Job OPTION- CLIN 0015 Shipping, if applicable 1 Job OPTION- CLIN 0016 Contract Data Requirements List (CDRLs) (Please see Exhibit A, Attachment #2 for DRAFT CDRLS) 1 Lot NOT SEPARATELY PRICED NOT SEPARATELY PRICED Total F.O.B. Destination Naval Station Newport: Newport, RI. The required lead time for the Environmental Test Chamber is 60 weeks After Receipt of Order (ARO) with installation required within 3 weeks of delivery. Offerors must include shipping costs in quotes, if applicable. The Government has determined that this requirement does include an exception to the Electronic and Information Technology (EIT), therefore, Section 508 requirements do not apply. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique identified (UID) for all delivered items for which the Governments 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)). Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements in the minimum specifications, Attachment #1, 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 and FAPIIS may render a quote being deemed technically unacceptable; and (3) the offeror must provide a quote that meets the aforementioned delivery date and period of performance. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 15 August 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »