SOLICITATION NOTICE
Z -- Sole Source for Thermotron Repairs
- Notice Date
- 2/4/2025 10:11:48 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
- N6660425Q0041
- Response Due
- 2/5/2024 11:00:00 AM
- Archive Date
- 02/20/2024
- Point of Contact
- Michelle Weigert, Phone: 4018322811
- E-Mail Address
-
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.civ@us.navy.mil)
- Description
- Amendment 0001 - Amending to update SOW, CDRLs, closing date, NAICS code, POP and CLIN structure. No other terms and conditions have been changed. This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC), 2024-07, effective September 30, 2024. Request for Quote (RFQ) number is N66604-25-Q-0041. This requirement is being solicited on a sole source basis to Thermotron Industries; part of Venturdyne LTD as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs. Thermotron has their own Field Service Engineers and does not allow non-Thermotron service technicians to purchase replacement parts. No other company has factory certified technicians, as Thermotron does not certify any non-Thermotron technicians. The North American Industry Classification System (NAICS) code for this acquisition is 334519 and the size standard is 600 employees. NUWCDIVNPT intends to award a Firm Fixed Price contract with Options for services to repair and service the Government�s environmental test chambers and portable chillers on-site at NUWCDIVNPT, in accordance with the Statement of Work, provided as an Attachment to this notice. This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. The Contract Line Item Number (CLIN) structure is identified below: Item Description *Ceiling NTE CLIN 0001 � Environmental Chamber Evaluation and Repair Labor in accordance with the Statement of Work $42,000 CLIN 0002 � Travel in support of Services performed under CLIN 0001 $18,000 CLIN 0003 � Materials in support of Services performed under CLIN 0001 $60,000 CLIN 0004 � DATA in accordance with Exhibit A Contract Data Requirements List (CDRLs) Not Separately Priced * Services performed shall not exceed ceiling. CLIN will be downscoped post award to actual costs. FOB Destination Newport, RI Period of Performance �Date of Contract � 1 year ADC Payment will be via WAWF. INSTRUCTIONS TO OFFERORS: -Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/. Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020). -Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE code, Offeror SAME UEI, and shall include a validity date of no less than 60 days from due date for receipt of offerors. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The following provisions and clauses apply reference to this RFQ: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT I, Offeror Representations and Certifications � Commercial Items � Alternate I; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and - 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: -- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282); -- 52.219-28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 657f); -- 52.222-3, Convict Labor (June 2003); -- 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) (29 U.S.C. 793); -- 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627): -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and -- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 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. The following DFARS clauses and provisions apply to this solicitation: - 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 Attachment/Exhibit List Exhibit A- Contract Data Requirements List Attachment 1- Statement of Work
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ebc96a1f1304afcba2cafda7eaed84b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07332025-F 20250206/250204230031 (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 |