SOLICITATION NOTICE
66 -- SOLE SOURCE - UPGRADE PIV SYSTEM
- Notice Date
- 3/6/2023 6:20:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660423Q0164
- Response Due
- 3/10/2023 8:00:00 AM
- Archive Date
- 03/25/2023
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
- Description
- Combined Synopsis and Solicitation This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660423Q0164. This requirement is being solicited on a Sole Source basis to Dantech Dynamics, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 334513. The Small Business Size Standard is 750 Employees.� The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.�� NUWCDIVNPT intends to purchase, on a Firm Fixed Price (FFP), Purchase of Particle Image Velocimetry System (PIV) upgrade and installation services to support the Research and Development (BIRD) Lab, for Office of Naval Research (ONR) programs Required delivery is F.O.B. Destination, Naval Station Newport, RI. Item Description Part # Qty FlowSense EO 6M-25 camera 2750 x 2200px, 25 fps 9081C0651 2 High performance dual-channel frame grabber 9138A0617 2 Nikon AF 105 mm f/2.0 Lens with F-mount 9080X2321 1 Nikon Spacer Ring Set Ink. PK11A, PK12 og PK13 9080X2281 1 High Performance Filter for 527 nm and 532 nm 9080C2211 1 Camera Filter, transmits >550 nm 9080C0591 1 1 Axis Scheimpflug Mount for FlowSense EO, Nikon Lens 9081X0073 2 Mounting Bench, 1000 mm 9050X0291 1 Active target 200x200 mm with 20x20 active LED markers 9081X0901 1 ActiveTarget Traverse for automated spatial calibration 9081X0911 1 1x1 Target Connector Plate to mount 1 target to Traverse 9081X0921 1 Stereoscopic PIV add-on for DynamicStudio 9080S0451 1 DynamicStudio Software SUA reinstatement <4 years 9080S1651 1 Traverse Option for DynamicStudio 9080S0761 1 Pressure from PIV For DynamicStudio 9080S0251 1 Installation and training at customer site. 2 days INST 1 Deionizer Cartridge for 65-15,145-15 and 200-15 lasers 9138A6503 10 In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above.� Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.�� The following clauses and provisions apply to this solicitation: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) -���������� FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services -���������� FAR 52.212-2, Evaluation � Commercial Items; -���������� FAR 52.212-3, Offeror Representations and Certifications � Commercial Items; -���������� FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 -���������� 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; The additional following FAR clauses cited in 52.212-5 are applicable to the --52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)� -- 52.219-28, Post Award Small Business Program Representation (Sep 2021);� -- 52.222-3, Convict Labor (June 2003);� -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);� -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)� -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);� -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);� -- 52.222-50, Combating Trafficking in Persons (Nov 2021);� -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);� -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).� DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident� Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting,� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.� Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause.�� Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).�� This solicitation requires an active 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.� The Government intends to award on a Sole Source basis.� This notice of intent is not a request for proposals or quotations; however, any challenges to this sole source must be received in writing and sent to jennifer.m.vatousiou.civ@us.navy.mil to be considered by the Government for the purpose of determining whether or not to compete the requirement.� Challenges must include information sufficient to enable the Government to make a determination that an equivalent service exists which would meet the Government's needs as stated herein.� A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8bd40254e4a84fe7ac91086057505c1c/view)
- Place of Performance
- Address: Newport, RI 02841-1708, USA
- Zip Code: 02841-1708
- Country: USA
- Zip Code: 02841-1708
- Record
- SN06609794-F 20230308/230306230107 (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 |