SOLICITATION NOTICE
66 -- Towed Array Tension Test Facility Upgrade
- Notice Date
- 4/13/2020 8:23:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8044
- Response Due
- 4/22/2020 1:00:00 PM
- Archive Date
- 05/07/2020
- Point of Contact
- Teresa M. Michael, Phone: 4018325434, Fax: 4018324820
- E-Mail Address
-
teresa.michael@navy.mil
(teresa.michael@navy.mil)
- Description
- Amendment 0003: Amendment 0003 of this solicitation�is executed to revise paragraph 4.2.5 of the specifications as follows. From: Capable of measuring tension data via a load cell and indicator to an accuracy (including linearity) of less than +/- 0.15% over the full scale. To: The software shall be able to process precise tension data at a resolution of 0.01 pounds tension. Specification Document Rev 03 is attached in result of this amendment. Amendment 0002: Amendment 0002 of this solicitation�is executed to provide the following updates. 1. Section 3.1 of the�Specification Document is revised: �From: MIL-T-28800 To: MIL-PRF-28800 2. Provide responses to vendor questions as an Attachment to�this solicitation. 3. The solicitation closing date is extended from 10 April 2020 1400 to 22 April 2020 1600. Attachments: 1. Specification Document Rev 02 2. Questions and Answers Amendment 0001: The purpose of this amendment is to add Specifiation Document Rev 01, which revises the Applicable Documents in Section 3 of the�Specification Document.� As a result, the JCP NOTE in this description is revised accordingly. 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� Request for Quotation (RFQ) Number is N66604-20-Q-8044. The North American Industry Classification System (NAICS) Code for this acquisition is 334519. The Small Business Size Standard is 500 employees. This procurement is being solicited on an unrestricted basis, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). NUWCDIVNPT intends to award a firm fixed price purchase order for the replacement of tension test facility (TTF) motors, motor controllers, and pulley system for two puller subassemblies and control system/software, as specified in the attached TTF Specification Document as follows. CLIN 0001 � Towed Systems Prototyping and Test Facility Upgrades; Quantity: 1, Lot. The proposed upgrades shall be configured and assembled in accordance with attached TTF Specification Document. All offers shall be accompanied by complete technical specifications demonstrating that the products meet the Government's minimum requirements. Required delivery terms are F.O.B. Destination to Naval Station Newport, RI, 02841-1708. Anticipated delivery date is twelve (12) weeks After Receipt of Order (ARO) or sooner. Contractor shall deliver, invoice, and receive full payment by 1 September 2020. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: DFARS 252.204-7012, Safeguarding Covered Defense and Cyber Incident�Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. Additional terms and conditions: This requiement is excepted from�Section 508�per FAR 39.204(d). Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: the offeror must quote the required item and service, meeting the Government's minimum requirements, in the required quantities; the offeror shall provide responses to each of the following factors in sufficient detail to allow the Government to make a best value assessment of the offeror�s capability. Limit shall be�two (2) Pages per each response. List aspects of the system that are critical to maintain safe operations and provide process/software/hardware that will be�utilized to minimize risks to personnel and equipment. Discuss what communications protocols will be utilized for system operation and explain the choice for the selected protocol. Provide protocols/processes/inspections for hardware that is under significant stress during high tension testing to ensure there are no unexpected failures of components. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include the following information with submissions: (1) price (2) delivery terms (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number. Quotes must be received on or before� 22 April 2020 at 4:00 PM EST. Quotes received after this date and time are late and may not be considered for award. Quotes shall be submitted via electronic submission to Teresa Michael at teresa.michael@navy.mil. NOTE: Offerors must be registered in the in the Joint Certification Program in order to receive Applicable Documents 3.5 and 3.6�noted in the attached�Specification Document. All requests for �Applicable Document 3.5 and 3.6 must be submitted via e-mail to the individual identified below. The request must include the solicitation number, company name and complete� address, CAGE code, point of contact (note: individual(s) listed in the JCP site are the only ones authorized to receive the drawing package), e-mail address, telephone number and JCP registration number.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d5f70358d8af458e83667a84df0e9125/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05619503-F 20200415/200413230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |