PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will be open for less than 15 days, in accordance with FAR 5.203(a) &(h). Request for Quotation (RFQ) number is N66604-19-Q-2673.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a contract on a Firm Fixed Price basis, as follows in accordance with the below minimum specifications.
CLIN 0001: Laser Doppler Vibrometer QTY: One (1)
Items quoted must meet the following minimum requirements:
|
Minimum Specifications
|
1
|
Measurable Frequency Range <0.1 Hz to 1 MHz>
|
2
|
Measurable Velocity Range
< 0.02 μm/s to 500 mm/s
|
3
|
Velocity Resolution
< 0.02 μm/s per root(Hz)
|
4
|
Measurable Displacement Range
< 1 nm to 10 mm
|
5
|
Displacement Resolution
< 0.02 nm per root(Hz)
|
6
|
Standoff Distance Range
< 30 cm to 10 m
|
7
|
Visible laser for alignment
|
8
|
Voltage of Direct Current (VCD) output indicating light level received
|
9
|
Measurement laser beam does not penetrate through water
|
10
|
Delivery Eight (8) Weeks After Receipt Order (ARO)
|
Required delivery will be evaluated as an aspect of Technical Acceptability (Minimum Specifications). Offers that propose to deliver more than eight (8) weeks After Receipt of Order will be found Technically Unacceptable.
F.O.B. Destination Naval Undersea Warfare Center
Division: Newport, RI 02841.
Delivery: 8 Weeks ARO
This acquisition is being solicited as 100% small business set aside under North American Industry Classification Systems (NAICS) Code 333914 as concurred with by the NUWCDIVNPT Office for Small Business Programs (OSBP). The Small Business Size Standard is 750 employees.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.
The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. 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 $5,000.00 or more.
This requirement will be awarded to the offeror with the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide a quote in accordance with the minimum specifications; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as the Supplier Performance Risk System (SPRS)) may render a quote being deemed Technically Unacceptable.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
This solicitation requires 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 will make payment via Wide Area Workflow (WAWF).
Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor CAGE Code, Contractor DUNS number.
Offers must be received on or before 28 June at 2:00 p.m. Eastern Time (ET). Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Liam Walsh at
[email protected].
Bid Protests Not Available