MODIFICATION
H -- Test Articles for 360 Camera
- Notice Date
- 2/19/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
- ZIP Code
- 20640-5115
- Solicitation Number
- N00174-15-Q-0007
- Archive Date
- 3/11/2015
- Point of Contact
- Brandi L. Sorzano, Phone: 3017446908
- E-Mail Address
-
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis/solicitiation is being extended until 2/24/15 and bids are to received no later than 1500 (3:00 pm) Eastern Standard Time. 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. The solicitation number for this procurement is N00174-15-Q-0007 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 541380. The SB size standard for this code is $15,000,000.00. CLIN 0001 - 1 Lot: The contractor shall provide all materials and labor except those to be provided as Government Furnished Property (GFP) to complete testing accordance with the parameters, definitions and thresholds listed below in accordance with MIL-STD-810G, Method 501.5, 502.5, 510.5 and 514.6 as follows ( http://www.everyspec.com/MIL-STD/MIL-STD-0800-0899/MIL-STD-810G_12306/ ): •a. MIL-STD-810G Method 501.5, High Temperature, Procedure II - Operation, 120°F constant temperature (Minimum of 2 hour soak). •b. MIL-STD-810G Method 502.5, Low Temperature, Procedure II - Operation, -25°F (Minimum of 4 hour soak). •c. MIL-STD-810G Method 501.5, High Temperature, Procedure I - Storage, 160°F constant temperature (Minimum of seven (7), 24-hour cycles). •d. MIL-STD-810G Method 502.5, Low Temperature, Procedure I - Storage, -40°F (Minimum of 4 hour soak). •e. MIL-STD-810G Method 510.5, Sand and Dust, Procedure I - Blowing Dust. •f. MIL-STD-810G Method 510.5, Sand and Dust, Procedure II - Blowing Sand. •g. MIL-STD-810G Method 514.6, Vibration, Annex C, Category 5 - Truck/Trailer - Loose Cargo, duration 20 minutes per axis. •h. MIL-STD-810G Method 501.5, High Temperature, Procedure II - Operation, 125°F - 140°F in 5°F increments, at constant temperature (Minimum of 2 hour soak at each temperature). All testing will be performed on 360° Camera. Testing should be performed in the order listed above; deviations require approval from NSWC IHEODTD test director. For the above test, the storage container is a Pelican-Hardigg Case (25.25" X 19.25" X 18.63"). The approximate weight is 34 pounds. Suggested Source: E-Labs All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; for Debarment FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Business Specialist: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1500(3:00pm)Easter Standard Time on 24 Feb 2015. All quotes must be marked with RFQ number and title.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-15-Q-0007/listing.html)
- Place of Performance
- Address: NSWC IHEODTD, INDIAN HEAD, Maryland, 20640, United States
- Zip Code: 20640
- Record
- SN03646403-W 20150221/150219235443-329b2771a635022ec2784c54c5a2c2ac (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 |