PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the 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; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-2161.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to AstroNova at 600 East Greenwich Avenue West Warwick, RI 02893 on a sole source basis in accordance with FAR 13.106-1(b). See attached Sole Source Justification. All responsible sources may submit a capability statement, complete product information, and pricing which will be considered by the Government. See table below for list of items:
CLIN |
P/N |
Description |
Qty |
Unit of Issue |
Unit Cost |
Extended Unit Cost |
0001 |
TMX-E |
TMX Expansion chassis for up to 3 additional input modules |
3 |
Each |
|
|
0002 |
NIDIV-16 |
16-channel non-isolated differential input module |
13 |
Each |
|
|
0003 |
TMX |
TMX multi-channel data acquisition chassis, Win10 |
3 |
Each |
|
|
0004 |
TMX-IR |
IRIG A, B, E, G, NASA 36 & GPS location/timing option |
3 |
Each |
|
|
0005 |
UNIV-6 |
6-channel isolated universal input module |
7 |
Each |
|
|
AstroNova is the sole manufacturer and exclusive distributor of the TMX acquisition data unit. There are no authorized resellers of this unit.
This procurement is solicited as Unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334118; the Small Business Size Standard is 1,000 employees.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The following provisions apply to this solicitation: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1, Instructions to Offerors Commercial Items; and FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Clauses FAR 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors apply to this solicitation.
The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9 apply. A Section 508 exception applies; the item or service is for a national security system, see FAR 39.204(b).
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
Payment will be made via Wide Area Workflow.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.
The quotes may be submitted via email to the below email address and must be received on or before Wednesday, May 30, 2018, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at [email protected] or 401-832-6964.