SOLICITATION NOTICE
66 -- INSTRUMENTS AND LABORATORY EQUIPMENT - SOW
- Notice Date
- 5/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017814R4370
- Archive Date
- 5/31/2014
- Point of Contact
- Daniel Belcher, Phone: 540-653-9863
- E-Mail Address
-
daniel.belcher@navy.mil
(daniel.belcher@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT SOW This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. 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. Synopsis/Solicitation N00178-14-R-4370 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis, Anechoic Chamber upgrades in accordance with the provided statement of work (SOW). All upgrades associated with this procurement must be 100% compatible with the existing chamber equipment. The upgrades must interface with existing equipment and be controlled by existing hardware and software, which is proprietary to OrbitFR. The upgrade is required from Orbit Advanced Technologies, Inc located in Horsham, PA. CLIN 0001: Qty. 1 - Upgrade of existing Anechoic Chamber in accordance with the attached SOW, CDRLs, and DIDs. Pricing provided for the upgrade shall be all inclusive of materials, labor, and shipping to Dahlgren, VA. Unit of Issue: LOT Shipping Terms: FOB Destination (Dahlgren, VA) Charges shall be included in CLIN 0001 pricing Delivery Time: 24 weeks ARO Inspection/Acceptance: Conducted at government location by government personnel The following provisions and clauses are applicable to this acquisition: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: 1.) Technical Capability of the item offered to meet the Government Requirement 2.) Price Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.204-2, Security Requirements, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. One or more of the items under this acquisition is subject to Free Trade Agreements. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Contractors are requested to submit a labor breakdown (annotating labor category, quantity of hours, and hourly labor rate) for all services included in the quote, for purposes of price/cost analysis. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 16 May 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 24 June 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Daniel.belcher@navy.mil. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 8 May 2014 to allow ample response time before the close of the bidding period. Email or Fax should reference Synopsis/Solicitation Number N00178-14-R-4370 in the subject line. Attachments - - Statement of Work - CDRL A001 - CDRL A002 - CDRL A003 - DID-MGMT-80368A - DID-NDTI-80809B - DI-SESS-81704
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R4370/listing.html)
- Record
- SN03357497-W 20140507/140505234757-9ee7947f91f8fd325a96ad689f808202 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |