Rhode Island Bids > Bid Detail

SOLE SOURCE - UPGRADE PIV SYSTEM

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159293884736220
Posted Date: Mar 6, 2023
Due Date: Mar 10, 2023
Solicitation No: N6660423Q0164
Source: https://sam.gov/opp/8bd40254e4...
Follow
SOLE SOURCE - UPGRADE PIV SYSTEM
Active
Contract Opportunity
Notice ID
N6660423Q0164
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 06, 2023 09:20 am EST
  • Original Date Offers Due: Mar 10, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Newport , RI 02841-1708
    USA
Description

Combined Synopsis and Solicitation



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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).



Request for Quote (RFQ) number is N6660423Q0164. This requirement is being solicited on a Sole Source basis to Dantech Dynamics, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 334513. The Small Business Size Standard is 750 Employees.



The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.



NUWCDIVNPT intends to purchase, on a Firm Fixed Price (FFP), Purchase of Particle Image Velocimetry System (PIV) upgrade and installation services to support the Research and Development (BIRD) Lab, for Office of Naval Research (ONR) programs Required delivery is F.O.B. Destination, Naval Station Newport, RI.



Item Description



Part #



Qty



FlowSense EO 6M-25 camera 2750 x 2200px, 25 fps



9081C0651



2



High performance dual-channel frame grabber



9138A0617



2



Nikon AF 105 mm f/2.0 Lens with F-mount



9080X2321



1



Nikon Spacer Ring Set Ink. PK11A, PK12 og PK13



9080X2281



1



High Performance Filter for 527 nm and 532 nm



9080C2211



1



Camera Filter, transmits >550 nm



9080C0591



1



1 Axis Scheimpflug Mount for FlowSense EO, Nikon Lens





9081X0073



2



Mounting Bench, 1000 mm



9050X0291



1



Active target 200x200 mm with 20x20 active LED markers



9081X0901



1



ActiveTarget Traverse for automated spatial calibration



9081X0911



1



1x1 Target Connector Plate to mount 1 target to Traverse



9081X0921



1



Stereoscopic PIV add-on for DynamicStudio



9080S0451



1



DynamicStudio Software SUA reinstatement

9080S1651



1



Traverse Option for DynamicStudio



9080S0761



1



Pressure from PIV For DynamicStudio



9080S0251



1



Installation and training at customer site. 2 days



INST



1



Deionizer Cartridge for 65-15,145-15 and 200-15 lasers



9138A6503



10





In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above.



Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.



The following clauses and provisions apply to this solicitation:



- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services



- FAR 52.212-2, Evaluation – Commercial Items;



- FAR 52.212-3, Offeror Representations and Certifications – Commercial Items;



- 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



--52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



-- 52.219-28, Post Award Small Business Program Representation (Sep 2021);



-- 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 (Nov 2021);



-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);



-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).



DFARS 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 apply to this solicitation.



Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



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.



Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).



This solicitation requires an 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 intends to award on a Sole Source basis.



This notice of intent is not a request for proposals or quotations; however, any challenges to this sole source must be received in writing and sent to jennifer.m.vatousiou.civ@us.navy.mil to be considered by the Government for the purpose of determining whether or not to compete the requirement. Challenges must include information sufficient to enable the Government to make a determination that an equivalent service exists which would meet the Government's needs as stated herein. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government.










Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 06, 2023 09:20 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >