Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

66 -- CHILLER/HEATER CS 50-H

Notice Date
11/17/2023 12:17:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0097
 
Response Due
11/27/2023 8:00:00 AM
 
Archive Date
12/12/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 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. 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. Delivery pressure:� Not more than 4 bar, Pressure must not be too high in order to protect IPG system from damage. Tank volume:� 100L or more, Required to ensure temperature stability. Connections: 3/4"" ball valves with hose spouts, Ball valves required to prevent the system from leaking coolant fluid during transport. 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. Weight:� Must be less than 300 kg. Power consumption:� No more than 6.5 kW. 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. 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. Cooling capacity:� 8kW @ +20C, Required to maintain safe operation of the IPG laser at full power simultaneously with our two MegaWatt Lasers. Customer support:� 24/7 phone customer support, Required to meet mission requirements worldwide. Warranty: 3 yrs minimum, 3 year warranty period required to ensure chiller operation throughout our project and to avoid unexpected cost overage. 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. Ambient Temperature:� 5C minimum ambient temperature or lower, Chiller must be able to operate in ambient temperatures of 5C for operation in cold environments. 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: 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; Offerors must submit detailed pricing with quote; 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc8d383b5a234af4863f02b552b02912/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06889125-F 20231119/231117230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.