SOLICITATION NOTICE
J -- Dynamometer Installation and Upgrade
- Notice Date
- 9/9/2020 3:54:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0016120RC16619
- Response Due
- 9/10/2020 2:00:00 PM
- Archive Date
- 09/25/2020
- Point of Contact
- Courtney Golden, Phone: 7574431320, Fax: 7574431424
- E-Mail Address
-
courtney.golden@navy.mil
(courtney.golden@navy.mil)
- Description
- 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; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation will be available for download on or about 09 September 2020 at the following website: https://beta.sam.gov/. The Request for Quotation (RFQ) number is N0018920Q0600. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-77 and DFARS Change Notice 201600830. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334515 and the Small Business Standard is 750 employees. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, intends to award a Firm Fixed Price, sole source contract to SuperFlow Dynamometers & Flowbenches (A Division of Power Test, Inc.) for the installation and upgrade of Superflow Dynamometer Systems in support of the United States Naval Academy (USNA). SuperFlow Dynamometers & Flowbenches supplied and installed the current system; and, most recently supported the removal and disconnection of the system in preparation for the Rickover Hall renovation. The renovation is complete, and SuperFlow Dynamometer�s services are vital to re-configure, re-install, and upgrade the systems to bring them back online and ensure full functionality with the existing infrastructure. SuperFlow has proprietary knowledge of the current control systems. SuperFlow also retains the proprietary code and intellectual property of the WinDyn 4.0 data acquisition and control system software that will be installed/upgraded on the systems. SuperFlow�s proprietary software/hardware is not available from third party vendors. Only superFlow�s personnel contain the technical expertise and possess the intricate knowledge of the hardware and software being procured. No other known company has compatible factory trained certified field service engineers/technicians to install, update/upgrade, and service the systems. SuperFlow has the acquired rights and detailed information necessary to make the existing control systems work flawlessly, and easier on the dynamometer operators, enabling maximum efficiency in operation with all (new and existing) control systems. See Attachment I � Schedule of Supplies / Services Required. See Attachment II - Applicable FAR Provisions and Clauses. Service shall be performed at the following location: The United States Naval Academy (USNA), Hydromechanics Laboratory, 590 Holloway Rd. Annapolis, MD 21402. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, all bids, proposals, or quotations received by the closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement will close on 10 September 2020, 5:00 PM Eastern time. Responses should be submitted via email to Courtney Golden at Courtney.golden@navy.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. For assistance call 866-606-8220 or visit the Federal Service Desk website at http://www.fsd.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aac9bfec5c9d48b184388edf03cd89c9/view)
- Place of Performance
- Address: Annapolis, MD 21402, USA
- Zip Code: 21402
- Country: USA
- Zip Code: 21402
- Record
- SN05791161-F 20200911/200909230142 (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 |