SOLICITATION NOTICE
J -- Tensile testing
- Notice Date
- 5/1/2023 12:57:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N42158-23-QN-040
- Response Due
- 5/3/2023 12:00:00 PM
- Archive Date
- 05/18/2023
- Point of Contact
- Christina Vega, Phone: 7573969830
- E-Mail Address
-
christina.r.vega.civ@us.navy.mil
(christina.r.vega.civ@us.navy.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title:�������������� Maintenance & Verification of Tensile Testers Base plus 2 Option years Solicitation Number:����������� N4215823QN040 Solicitation Issue Date:�������� Monday, 1 May 2023 Response Deadline:� � � � ��Wednesday, 3 May 2023 no later than 1500 (EST) POC: Christina Vega Christina.r.vega.civ@us.navy.mil 757-396-9830 ����������������������������������������������� � � � � � � � � � � �� Contracting Officer:� Tyler Macdonald tyler.w.macdonald.civ@us.navy.mil 757-396-8359 GENERAL INFORMATION This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (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 is being issued as a(n): Request for Quotation (RFQ) to Instron which is the single source being solicited IAW FAR 13.106-1(b).� No other quotes will be considered at this time. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) Number/Effective Date: 2023-02/3-16-2023 This acquisition is for Other than Full and Open Competition. North American Industry Classification System Code (NAICS) 811210 -� Electronic and Precision equipment repair and maintenance. and Product or Service Code (PSC) J066 � Maintenance/repair/rebuild of equipment- instruments and laboratory equipment. The size standard is $30M. All qualified small businesses under this industry are encouraged to submit quotes. This requirement is/ rated under Defense Priorities and Allocations System (DPAS) with an assigned rating of DO-C9. REQUIREMENT INFORMATION Description: The Norfolk Naval Shipyard has a requirement for Maintenance & Verification of Tensile Testers Base plus two option years. Place of Delivery/Performance/Acceptance/FOB Point: FOB Destination; Norfolk Naval Shipyard, Portsmouth, VA 23709 (exact customer address will be provided in the resulting contract). * Please specify shipping charges separately if quote is for FOB Origin. * Contractor may propose alternate line item details as required. Line Item Description Quantity Unit of Measure 0001 Base year: Maintenance & Verification of Tensile Testers on equipment 1 Job 0002 Option Year One: Maintenance & Verification of Tensile Testers on equipment ����������� 1 Job 0003 Option Year Two: Maintenance & Verification of Tensile Testers Base year on equipment ����������� 1 Job 0004 Option to extend 6 months: Maintenance & Verification of Tensile Testers on equipment ���������� 1 Job INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language �there in: Questions may be submitted to the POC and Contracting Officer listed above no later than 3 April 2023. ��Questions submitted after this date may not be answered. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer �listed above no later than the established deadline. Quotes must be valid through 27 May 2021. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely. EVALUATION CRITERIA The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. This solicitation will be evaluated with Lowest Price Technically Acceptable, (LPTA) criteria. The ��following factors shall be used to evaluate offers: Ability to Receive Award, if a contractor has been disbarred, has any active exclusions listed in SAM.gov or an Inactive SAM.gov account at the time their quote was submitted, they are not eligible for award. If the vendor does not meet the Set-Aside criteria, (if any) listed in paragraph 4 and 5 of the GENERAL INFORMATION Section, they cannot be eligible for award. Technical Acceptability, technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�. The Government will evaluate the lowest priced quote for technical acceptability in accordance with the solicitation. If the lowest priced quote is determined not to be technically acceptable, the next lowest quote will be evaluated and so on, until one is found to be technically acceptable. When combined, the Technical Approach Document and Past Performance will be the only basis for NNSY Technical Evaluators rating of �acceptable� or �unacceptable�; see below for details. Technically acceptable specifications are for and in accordance with Attachment 1 � Statement of Work. A Technical Approach Document - Past Performance are required. The Past Performance section shall supplement the Technical Approach when being evaluated by the NNSY Technical Evaluators. Technical Approach: Doc shall state how the contractor intends to complete the work as stated in the SOW/PWS in as much or as little detail as they believe required. Past Performance: Contractors may submit past performance that is recent, (within 5 years) and relevant, (Technical Evaluator�s Discretion) to this requirement, and within a similar scope of magnitude, (Technical Evaluator�s Discretion). Format: Technical Approach and Past Performance documents can be submitted in Word, Excel, or PDF format. Limitations: Each element, (Technical/Past Performance) will not exceed two (2) pages in length, no more than four (4) when combined. Font will not be smaller than 10pt. Documents which contain any Contractor identifying information or price may be deemed technically unacceptable and not considered for award: Price, will be evaluated on a comparative basis amongst all received quotations and the Government�s ��estimate. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely. CLAUSES AND PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at SAM.gov for FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and �applicable to this solicitation. See Attached Combo Word Document for entire provision and clause list.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb3438a2054446d880c05a0d98138c80/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN06667188-F 20230503/230501230110 (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 |