The Naval Research Laboratory (NRL) intends to award a Sole Source contract to Oceaneering International, Inc. located in Hanover Maryland to furnish the following:
ISO CONTAINER 40 FT LONG, OPS 1
-40' L x 8' W x 8' H - ISO Standard
Conext Interior Finish:
Wall and Ceiling Insulation, Wall Paneling, Ceiling Acoustical Tile, Flooring Antiskid Abrasive UHMW Plastic Wall and Ceiling, Non-Toxic, Finish Color: White, Flooring Non-Toxic, Finish color: Black
HVAC: Marvair - 5 Ton
Transformer: SOLA 480 Vac, 3-phase, delta to 110/220 Vac, 3-phase, wye, 45k VA, K-13 - 3H13T2H45S
Surge Suppressor - ITD Destin ITD80-120/208-USN
Emergency Light - Wall Mounted
Fire Extinguisher - Wal Mounted
Emergency First Aid Kit - Wal Mounted
Door: Freeman Marine - Model 1110 with Cypher Lock
Electronic Break Out Panels (2) 24" x 24" Opening Steel
Electrical Panel (Internal) NEMA 1 Standard 100 Amp, 3-phase 120/208 Vac, - Breakers as required
Wall Outlets: 2 - 20 Amp Duplex Outlets 120 Vac - Wall mounted every 6 ft around exterior walls, powered from two circuits.
Cable Trough: 6" Wide Ceiling Mounted - 90 deg Extensions to Electronic Break Out Panels
Ceiling Mounted Lighting - Fluorescent 6 Fixtures, double ballast, 4 Tube - Split on two wall switches near entrance for two levels of light
Disconnect Switches (external) - NEMA 3R Standard 1-60 Amp, 3-P w/fuse, 1-30 Amp, 3-P w/fuse - Prime power and HVAC power inputs
Receptacle: 60 Amp - Pass & Seymour 3P4W, 480 Vac - PS460R7S Bulkhead
Receptacle: 30 Amp - Pass & Seymour 3P4W, 480 Vac - PS4360R7S Bulkhead
Pin and Sleeve Connectors: 60 Amp Pass & Seymour - 3P4W, 480 Vac - Mate to 60 Amp Receptacle
Pin and Sleeve Connectors: 30 Amp Pass & Seymour - 3P4W, 480 Vac - Mate to 30 Amp Receptacle
Grounding Lug - #2 AWG Exterior Electrical & Shield Ground Neutral, Ground/Shield Bond at transformer secondary
The North American Industry Classification System (NAICS) code for this requirement is 423840 with the size standard of 100 employees. This purchase will be made under Simplified Acquisition Procedures (FAR) Part 13 and Other than Full and Open Competition as authorized by FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of quotes or offers received in response to this notice.
Vendors who feel that they can provide the above requirement may submit a quotation and technical capabilities, which if received within fifteen (15) calendar days of publication if this notices, shall be considered by NRL. All responses must be submitted to the Government point of contact at the email address shown below. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. The intent of this notice is for informational purposes only. No reimbursement for any cost connected with providing capability information will be provided.
If you have any questions, please call or email Patricia Willis, Contracting Officer, (202)-767-1858, email: [email protected]. This notice will close on 8 February 2013 at 5:00 p.m., local time, Washington D.C.
Note: All offerors will be ineligible for award unless they have registered in the System for Award Management 1.01 (SAM) database. Information on SAM registration and annual confirmation requirements can be obtained via Internet at http://www.sam.gov or by calling the Service Desk: US Calls: 866-606-8220 and International Calls: 334-206-7828 and DSN: 809-463-3376. Offerors are also to include a completed copy of their Representations and Certification as per the Provision 52.213-3, Offeror Representations and Certifications-Commercial Items.