Rhode Island Bids > Bid Detail

CHILLER/HEATER CS 50-H

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159949416918838
Posted Date: Nov 17, 2023
Due Date: Nov 27, 2023
Source: https://sam.gov/opp/cc8d383b5a...
Follow
CHILLER/HEATER CS 50-H
Active
Contract Opportunity
Notice ID
N6660424Q0097
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Nov 17, 2023 03:17 pm EST
  • Original Date Offers Due: Nov 27, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N6660424Q0097. This requirement is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 334516. The Small Business Size Standard is 1,000 employees. The Product Supply Code (PSC) is 6640. This requirement is for CS 50-H Chiller/Heater, Wooden Crate for Chiller and Shipping FOB Destination as specified in the table below and minimum specifications below:





CLIN 0001 CS 50-H Chiller/Heater, Brand Name or Equal to Minimum Specification below, Part No. VDH4100126, Qty 1





CLIN 0002 Wooden Crate for Chiller/Heater, Part No. VDH100038, Qty 1





CLIN 0003 Shipping FOB Destination to Newport, RI 02841



Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name or equal according to the minimum specification below. Required delivery is F.O.B. Destination, Naval Station Newport, RI 02841.





Note: Quotes that meet the following salient characteristics are considered equal to the model listed in the above list:





System Minimum Requirement






  1. Heating Capacity: 2.8kW, 2.8 kW heating capacity required to bring coolant to minimum IPG cold start lasing temperature (20C) in cold lab environments such as CRREL.

  2. Pump Capacity: 3000 I/h at 2.3 bar, Required to maintain minimum coolant flow rate through the IPG and two MegaWatt Laser systems simultaneously. Pressure required to ensure fluid is able to be pumped through the cooling channels of the system.

  3. Delivery pressure: Not more than 4 bar, Pressure must not be too high in order to protect IPG system from damage.

  4. Tank volume: 100L or more, Required to ensure temperature stability.

  5. Connections: 3/4" ball valves with hose spouts, Ball valves required to prevent the system from leaking coolant fluid during transport.

  6. Dimensions: No bigger than W x D x H = 700 x 750 x 1550 mm (with castors), System must be small enough to be able to maneuver through the passageways of the lab. System must come equipped with wheels/castors in order to facilitate system relocation within the lab and to other workspaces.

  7. Weight: Must be less than 300 kg.

  8. Power consumption: No more than 6.5 kW.

  9. Current: 208V/460V/60 Hz 3-Phase, System voltage required to be compatible with our existing laser systems. System must be able to accept both voltages to ensure compatibility.

  10. Input voltage: 460V 3~60Hz or 208V 3~60Hz, System voltage required to be compatible with our existing laser systems. System must be able to accept both voltages to ensure compatibility with both our IPG and MegaWatt lasers.

  11. Cooling capacity: 8kW @ +20C, Required to maintain safe operation of the IPG laser at full power simultaneously with our two MegaWatt Lasers.

  12. Customer support: 24/7 phone customer support, Required to meet mission requirements worldwide.

  13. Warranty: 3 yrs minimum, 3 year warranty period required to ensure chiller operation throughout our project and to avoid unexpected cost overage.

  14. Adjustable Coolant Temperature Area: -20degC up to +85degC, Adjustable temperature range compatible with lower temperature values allows for superior cooling using glycol which expands the number of potential laser systems that this chiller can be used with in the future.

  15. Ambient Temperature: 5C minimum ambient temperature or lower, Chiller must be able to operate in ambient temperatures of 5C for operation in cold environments.

  16. Ingress Protection Level (IP): IP20 or higher





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 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;



‐ 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 following DFARS provisions and clauses 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



-252.225-7048 Export-Controlled Items



-252.246-7008 Sources of Electronic Parts



-252.247-7023 Transportation of Supplies by Sea





Additional terms and conditions:



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. Preferred method of payment is Government Purchase Card however if an additional fee is added Payment will be via Wide Area Workflow (WAWF).



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:




  1. Quote the Brand Name or equivalent items specified per the Government’s minimum specifications provided, in their required quantities. The offeror shall submit detailed specs with quote;

  2. Offerors must submit detailed pricing with quote;

  3. A quote including all of the items listed in the tables above. No partial quotes will be accepted.



Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re- procurement costs.



Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Monday, 27 November 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


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


History
  • Nov 17, 2023 03:17 pm 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 >