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 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-18-Q-2068.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for a Luna Technologies Model 4200 Portable Optical Backscatter Reflectometer (OBR) as outlined in the table below.
CLIN |
Description |
Part No. |
Qty |
0001 |
Portable Optical Backscatter Reflectometer providing measuring length of up to 500 meters with millimeter resolution. Includes OBR 4200 Accessory Kit, P/N: OPT01100, North American/Japan Power Kit (Type A), P/N: OPT01102-1, and Desktop Analysis Software for OBR 4200, P/N: OPT01103
|
OBR 4200 |
1 |
0002 |
Spare Battery for OBR 4200 |
OPT01110 |
1 |
0003 |
External Battery Charger for OBR 4200 batteries |
OPT01111 |
1 |
0004 |
Spare/Replacement Power Supply for OBR 4200 |
OPT01112 |
1 |
0005 |
Mode Conditioner: 50 micron core, FC/APC to FC/APC |
MC02000 |
1 |
0006 |
Mode Conditioner: 62.5 micron core, FC/APC to FC/APC |
MC02001 |
1 |
This is a firm fixed price (FFP) requirement for brand name specified items (no substitutions allowed). Quotations should include ALL costs (including shipping) in the total price.
This procurement is solicited on a competitive, total 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334515. The Small Business Size Standard is 750 employees.
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 quote the brand name specified (no substitutions allowed) items in the required quantities; 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 Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. 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 apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
The Government has determined that Electronic and Information Technology (EIT) Section 508 requirements do not apply to this requirement.
In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/.
Delivery: FOB Destination to:
Newport, RI, 02841 within eight (8) weeks of contract award. The vendor shall bill within one (1) week of delivery.
This solicitation requires 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.
Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers shall be submitted via electronic submission to Jeffrey Champlin at [email protected].
Offers must be received on or before 17 May 2018 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For questions relative to this acquisition, contact Jeffrey Champlin at [email protected].