SOLICITATION NOTICE
66 -- Environmental Chambers
- Notice Date
- 12/12/2024 11:59:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660425Q0157
- Response Due
- 12/17/2024 11:00:00 AM
- Archive Date
- 01/01/2025
- Point of Contact
- Amy Prisco, Phone: 4018328503
- E-Mail Address
-
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. RFQ # N6660425Q0157 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2024-07, effective August 29, 2024. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 334512 Automatic Environmental Control Manufacturing for Residential, Commercial and Appliance Use. The Small Business Size Standard is under 650 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the below items in accordance with the minimum specifications listed in the description. For the purposes of quoting to this opportunity, the Contract Line-Item Number (CLIN) structure is identified below: CLIN: 0001 Total Quantity: 2 Description: Environmental Chamber with the following minimum requirements: Thermally stable � steady state chamber Temperature range 0 � 90 C (+/- 0.3 C tolerance) Minimum Interior dimensions W x D x H (inches): 33 X 28 X 60 Adjustable shelves Standalone chamber � doesn�t need a table or furniture. Delivery lead time � Maximum: 8 weeks ADC Required delivery made under this contract shall be F.O.B. Destination, Naval Station Newport, RI. Delivery Date: Quote best delivery date, however, delivery shall be no later than 8 weeks after date of contract (ADC). Award will be made on Lowest Price Technically Acceptable basis. In order to be considered technically acceptable, the Offeror must: Include shipping charges in unit prices. There will not be a separate CLIN for shipping. Delivery shall not exceed 8 weeks ADC. Quotes shall be made valid for 60 days after the closing date of this solicitation. The Government will consider Past Performance information in accordance with DFARS provision 252.213-7000, whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically acceptable. Additional terms and conditions: Contractor MUST have an active registration in SAM at the time of quote submission. Registration information can be found at www.sam.gov. 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 or more. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Quote must include RFQ#, company name, complete company address, CAGE code, UEI number, company point of contact, telephone number, and e-mail address. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation: The following FAR clauses and provisions apply to this solicitation: - FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); - FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); - FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) - FAR 52.212-1, Instructions to Offerors--Commercial Item; - 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 acquisition: -- 52.219-28, Post Award Small Business Program Representation (Nov 2020); -- 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 (Oct 2020); -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); and -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). - FAR 52.232-39, Unenforceability of Unauthorized Obligations; - FAR 52.233-1, Disputes; - FAR 52.233-3, Protest After Award; - FAR 52.243-1 Changes--Fixed Price - FAR 52.249-8 Default (Fixed-Price Supply & Service) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause or Defense Federal Acquisition Regulation (DFARS) (48 CFR Chapter 2) with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause. Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - 252.204-7003 Control Of Government Personnel Work Product - 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, (DEVIATION 2024-O0013; - 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; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements, and - 252.211-7003, Item Identification and Valuation. - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. - 252.232-7010 Levies on Contract Payments - 252.243-7001 Pricing Of Contract Modifications - 252.244-7000 Subcontracts for Commercial Products or Commercial Services - 252.246-7008 Sources of Electronic Parts - 252.247-7023 Transportation of Supplies by Sea Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before 18 December 2024 at 2:00pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy.K.Prisco.civ@US.NAVY.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/794f4fda34fc4dbf8cc7ce00fa858990/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07290738-F 20241214/241212230120 (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 |