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; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017823RC605 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis, Qty. 1 customized Enhanced Collection System (ECS) Permanent-Alteration (Perm-Alt) Cabinet Assemblies, model number DGM24210, manufactured by The Durbin Group LLC. There will be options for an additional Qty. 4.
PART NUMBER
DESCRIPTION
QTY
DGM24210
ECS Cabinet Assembly
2
DGM24210
ECS Cabinet Assembly Option 1
1
DGM24210
ECS Cabinet Assembly Option 2
1
DGM24210
ECS Cabinet Assembly Option 3
1
The DURBIN GROUP, LLC cabinet assembly is currently the only system that meets the requirements of the program office. The proven design has been used and is fully compatible with the current systems in use. The current configuration is compatible in all aspects of form, fit and function, and thus there can be no substitute. The requested material represents the minimum requirements of the government.
Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Proposal is due 14 March 2023, no later than 4:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail [email protected]
prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017823RC605 in the subject line.
Attachments –
-SF1449: Solicitation/Contract/Order for Commercial Items
-Statement of Work
-Requirements List
-MIL-S-901D Detailed Specifications
-Enhanced Collection System (ECS) Interconnect Diagram (ICD)