Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOLICITATION NOTICE

66 -- Instron Torsion System and High Speed Data Acquisition System - Solicitation Attachments

Notice Date
5/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-2125
 
Archive Date
5/31/2018
 
Point of Contact
Christopher P. Ramsden, Phone: 4018322094
 
E-Mail Address
christopher.ramsden1@navy.mil
(christopher.ramsden1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Sole Source Justification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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 solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-2125. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the procurement and installation of an Instron Model MT50 torsion test system as well as upgrade the existing Dynatup 8210 testing apparatus to Illinois Tool Works Inc. D.B.A. Instron, Cage Code 80160. The place of performance will be held at the Contractor's facility and NUWCDIVNPT. NUWCDIVNPT intends to purchase the following on a Firm Fixed Price (FFP) basis in the quantities shown below: CLIN 0001: Model MT50 Torsion Test System, QTY: 1/Each CLIN 0002: Installation of MT50 System and software services and training in accordance with Statement of Work (See Attachment), QTY: 1/Job CLIN 0003: CEAST DAS 64K-HS Data Acquisition System, QTY: 1/Each CLIN 0004: Installation of CEAST DAS 64K-HS and software services and training in accordance with Statement of Work (See Attachment), QTY: 1/Job This procurement is for items and services that are proprietary to Instron, which is the sole owner and developer of the MT50 Torsion Test System and the CEAST DAS which will be used to overhaul existing equipment. As such, this requirement will be awarded to Instron on a sole source basis. This procurement is solicited on an unrestricted basis, intended as a sole source requirement, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334516. The Small Business Size Standard is 1,000 employees. 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, and 52.217-5 Evaluation of Options apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016), and 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This requirement involves access to NUWCDIVNPT. Refer to Clause UW-H-2-0004 (attached) for information related to access to NUWCDIVNPT. 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 Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). If iRAPT does not apply, the Government's method of payment will be Government Purchase Card (VISA). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. 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. Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers shall be submitted via electronic submission to Christopher Ramsden II at Christopher.ramsden1@navy.mil. Offers must be received on or before 16 May 2018 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For questions on this acquisition, contact Christopher Ramsden II at Christopher.ramsden1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2125/listing.html)
 
Record
SN04920064-W 20180513/180511230950-c786d0b2e0cf5d60bb1874a0a1007c05 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.