The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract as Brand Name Specific with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial item prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
The Contract Line Item (CLIN) is as follows:
CLIN 0001 QTY 1/KT
MATERIAL: SCOPEMETER, PORTABLE OSCILLOSCOPE KIT
DESCRIPTION:
SCOPEMETER, PORTABLE OSCILLOSCOPE KIT
APPROVED SOURCE: FLUKE
KIT CONSISTS OF THE FOLLOWING:
10 EACH FLUKE 4 CHANNEL 500 MHZ, OSCILLOSCOPE METERS
10 EACH 10:1 VOLTAGE PROBE SET- AN ACCESSSORY FOR THE METER
10 EACH 1:1 VOLTAGE PROBE SET- AN ACCESSORY FOR THE METER
10 EACH AC CURRENT CLAMP-ON PROBE- AN ACCESSORY FOR THE METER
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a size standard of 750 employees. The Product Service Code is 6625. The solicitation document incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change Notice 10/28/2022.
The anticipated delivery date for this acquisition is 12 OCTOBER 2023. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
Quotes will be due by 12:00 PM EST on 18 JULY 2023. Responses to the solicitation notice shall be emailed to the attention of Michael Williams as [email protected]. Please make sure that the solicitation number (SPMYM123Q0079) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM123Q0079. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Michael Williams at [email protected].