Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2019 FBO #6301
SOLICITATION NOTICE

66 -- Particle Counters

Notice Date
2/21/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Contracts Department Hwy. 547 Attn:B562-3C Lakehurst NJ 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833519R0195
 
Response Due
3/8/2019
 
Point of Contact
John C. Murtagh, Contracts Specilaist, Phone 7323235283, - David Andreoli, Contracting Officer, Phone 732-323-5208
 
E-Mail Address
john.c.murtagh@navy.mil, david.andreoli@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) has a requirement for the design, manufacture, assemble, test, delivery and support of up to approximately QTY 700 Particle Counters under NAICS Code 334516, Analytical Laboratory Instrument Manufacturing. NAWCADLKE intends to award one (1) firm fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a four (4) year ordering period through a full and open competitive bases. The Government expects to select one (1) Offeror on the basis of its proposal providing the "best value" to the Government, all factors considered. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit(s) in response to the requirement. The Offeror is advised that the proposal meeting the solicitation requirements with the lowest price may not be selected for an award if award to a higher priced Offeror is determined to be more beneficial to the Government. However, the perceived benefits of the higher priced proposal must merit the additional price. The Particle Counter is intended for indoor and outdoor use, on both ships and land, and can test and display the cleanliness level of various types of fluids (hydraulic fluids, coolants, lubrication oils, etc...). The Particle Counter shall be able to draw fluid from both sample bottles and by directly connecting on-line to an external fluid system requiring testing. For bottle sampling, test will be performed indoors on a workshop benchtop or in a lab and use facility electricity for power. Facilities will neither have compressed air nor a vacuum pump available for Particle Counter to use for processing and deaerating samples. Analyzed fluid should be directed to flow into a facility supplied waste container. For on-line operation, the Particle Counter must be portable, durable (ruggedized), and easy to handle/transport, as on-line operation of the Particle Counter will occur on-site wherever fluid system to be tested is located. Testing done out in the field will need an onboard rechargeable battery for power. For on-line tests, the Particle Counter can use the fluid pressure of the system that it is testing to cause fluid to flow into and thru the Particle Counter sensors for analysis. Operator shall have the option for fluid analyzed on-line to be collected into the Particle Counter's fluid waste container or returned back on-line to the system that it is connected to. All items required for bottle and on-line sampling should be supplied with the Particle Counter and, if possible, contained within the Particle Counter. When testing various fluid types at various particulate contamination levels, Particle Counter must have provisions (features and/or procedures) to prevent cross fluid contamination (e.g. previous tested sample detrimentally affecting next sample's test results, incompatible fluids running after each other causing problems with Particle Counter performance, fluid system tested on-line contaminated by previous incompatible fluid sample). Test results shall be able to be displayed, printed and stored (for later retrieval) by the Particle Counter. The System Specifications for the Particle Counter the Government is soliciting is export controlled, and releasable to DoD and US DoD contractors only. Interested vendors that wish to receive the specifications before RFP Release must provide John Murtagh, identified office points of contact above with a copy of their current form DD2345, 'MILITARILY CRITICAL TECHNICAL DATA AGREEMENT'. To receive certification from the US/Canada joint Program Office, you will need to submit the original form, along with your company's incorporation certificate, state business license, and sales tax identification form, or any other information verifying the legitimacy of your company, to the US/Canada Joint Program Office, DLA Logistics Information Service-VBA, Federal Center, 74 Washington Ave., North Battle Creek, MI USA 49037-3084. Please note that as DLA requires the original signature, you may not fax or e-mail the completed form to them. For further information or assistance regarding the DLA JPO certification process, please contact the joint certification Office at 1-800-352-3572 or jcp-admin@dla.mil. O nce received and current JCP certification verified by NAVAIR, the TDP will be transmitted to you from NAVAIR via ARL Secure Access at https://safe.arl.army.mil/ to the data custodian you have identified on the DD Form 2345. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. PLEASE NOTE: A FORMAL SOLICITATION IS TO FOLLOW. The Government intends to issue a request for proposals in May 2019. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Any questions about this announcement shall be submitted to John Murtagh at john.c.murtagh@navy.mil. Note all questions and answers specific to this solicitation will be posted to the FBO website. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833519R0195/listing.html)
 
Place of Performance
Address: Contracts Department HWY 547 Bldg 562 Lakehurst, NJ
Zip Code: 08733
Country: US
 
Record
SN05228127-F 20190223/190221230014 (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.