Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

H -- MIL-STD-810 Environmental testing

Notice Date
5/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-Q-7074
 
Response Due
6/5/2017
 
Archive Date
7/5/2017
 
Point of Contact
Point of Contact - Sonja L Stevenson, Contract Specialist, 619-553-4511; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(sonja.stevenson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-Q-7074. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1,250 employees. Item 0001 Statement of Work (SOW) paragraph 3.1 Temperature Testing. MIL-STD- 810G, Method 501.5, Procedure II, Basic Hot (33C:63C); Operational test at 3 x 24 hour cycles. The contractor shall conduct low temperature testing in accordance with MIL-STD- 810G, Method 502.5, Procedure II, Basic Cold (-54); 24 hour exposure with operational testing at the end of the 24 hour hold. 1 UUT (AS-4708 HEMI), Qty 1 lot (not to exceed (NTE) 4 days) Item 0002 SOW paragraph 3.1 Temperature Testing. MIL-STD-810G, Method 501.5, Procedure II, Basic Hot (33C:63C); Operational test at 3 x 24 hour cycles. The contractor shall conduct low temperature testing in accordance with MIL-STD-810G, Method 502.5, Procedure II, Basic Cold (-54); 24 hour exposure with operational testing at the end of the 24 hour hold. 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 4 days) Item 0003 SOW paragraph 3.2 Humidity Testing. MIL-STD-810G, Method 507.5. The basic test will consist of 10 x 24 hour cycles with one 24 hour conditioning period. Operational check out every 5 cycles. 1 UUT (AS-4708 HEMI), Qty 1 lot (NTE 11 days) Item 0004 SOW paragraph 3.2 Humidity Testing. MIL-STD-810G, Method 507.5. The basic test will consist of 10 x 24 hour cycles with one 24 hour conditioning period. Operational check out every 5 cycles. 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 11 days) Item 0005 Paragraph 3.3 Salt Fog Testing. MIL-STD-810G, Method 509.5. The basic test will consist of 4 x 24 hour cycles, 24 hours salt and 24 hours spray conducted twice. (2x wet/2x dry). 1 UUT (AS-4708 HEMI), Qty 1 lot (NTE 4 days) Item 0006 SOW paragraph 3.3 Salt Fog Testing. MIL-STD-810G, Method 509.5. The basic test will consist of 4 x 24 hour cycles, 24 hours salt and 24 hours spray conducted twice. (2x wet/2x dry). 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 4 days) Item 0007 SOW paragraph 3.4 Solar Radiation Testing. MIL-STD-810G, method 505.5, Procedure I, Diurnal Cycle A1, and energy distribution shall be as specified in TABLE 505.5-1 of Method 505. Seven Cycles maximum. 2 UUT (AS-4708 HEMI) & (AS-4710 HGIO). Both units tested at the same time, Qty 1 lot (NTE 7 days) Item 0008 SOW paragraph 3.5 Blowing Rain Testing. MIL-STD-810G, method 506.4, Procedure I. A total of four 30 minute cycles (wind directions) will be adequate. 1 UUT (AS-4708 HEMI), Qty 1 lot (NTE 1 day) Item 0009 SOW paragraph 3.5 Blowing Rain Testing. MIL-STD-810G, method 506.4, Procedure I. A total of four 30 minute cycles (wind directions) will be adequate. 1 UUT (AS-4710 HGIO), Qty 1 lot (NTE 1 day) Item 0010 Temperature and Humidity Testing of the SSEE Mods Unit 1 and 2 Rack plus AIU Dated 09/11/2015, Qty 1 lot Item 0011 Temperature and Humidity Testing. MIL-STD-810G, Method 502.5, Procedure II, Basic Cold (-25C); 24 hour exposure with operational testing at the end of the 24 hour hold. 3 UUT. (AN/SSQ-134), Qty 1 lot (NTE 1 day) Item 0012 Data Report for all testing combined, Qty 1 lot Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number: N66001-17-Q-7074 e. Requested delivery date: Thirty (30) days after receipt of order please state actual lead time on quote, if greater than stated f. Preferred method of shipment: FOB Destination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/19/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), December 22, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offer; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea The following additional FAR and DFARS clauses, incorporated by reference apply to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 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 (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea This RFQ closes June 5, 2017 at 9:00 A. M. Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/SimplifiedAcquisitions/N66001-17-Q- 7074. Contractors bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The contractor bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. If you are in need of assistance with eCommerce, please contact - SPAWAR HQ Contracts (Paperless) Help Desk, 23200, paperless.spawar.fct@navy.mil. The point of contact for this solicitation is Sonja Stevenson. Please include RFQ N66001- 17-Q-7074 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS, CAGE Code and Federal Tax ID Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9719012a186b0f649bbf9547ddb314d9)
 
Record
SN04521770-W 20170527/170525235648-9719012a186b0f649bbf9547ddb314d9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.