Brand Name Research Anemometers

expired opportunity(Expired)
From: Federal Government(Federal)
N66001-22-Q-6530

Basic Details

started - 02 Sep, 2022 (19 months ago)

Start Date

02 Sep, 2022 (19 months ago)
due - 08 Sep, 2022 (19 months ago)

Due Date

08 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
N66001-22-Q-6530

Identifier

N66001-22-Q-6530
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704490)DEPT OF THE NAVY (156117)SPAWAR (5381)SPAWAR PACIFIC (3571)NIWC PACIFIC (3571)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFQ No. N66001-22-Q-6530Issue Date: 2 September 2022Combined Synopsis/SolicitationThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format inFederal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information includedin this notice. This announcement constitutes the only solicitation; quotes are being requested and aseparate written solicitation will not be issued. This enclosure is an addendum to FAR Provision 52.212-1,Instructions to Offerors- Commercial Items, which applies to this acquisition.Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-22-Q-6530. TheNorth American Industry Classification System (NAICS) code applicable to this acquisition is 334515 -Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The small businesssize standard is 750 employees. This procurement is a Total Small Business Set-Aside. Only quotessubmitted by Small
Business Concerns will be accepted by the Government. Quotes submitted by non-Small Business Concerns will not be considered for award.DESCRIPTION OF REQUIREMENTSThe Government is seeking to issue a purchase order for Brand Name Gill Instruments Anemometers. Thisis a brand name only requirement. Quoters must be authorized Gill Instruments resellers.Research Anemometer R3-50Manufacturer: Gill InstrumentsPart Number: 1210-PK-085Qty: 5Transport CaseManufacturer: Gill InstrumentsPart Number: 1210-30-074Qty: 5The expected delivery date is NLT 4-7 weeks After Receipt of Order (ARO).The Government is seeking Free on Board (FOB) Destination pricing to the following location: San Diego,CA 92110 (full address will be provided at award)OFFEROR INSTRUCTIONSThe Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to theresponsible offeror whose quotation conforming to the solicitation represents the Lowest Price TechnicallyAcceptable (LPTA) offer as defined in the "EVALUATION FACTORS FOR AWARD" Section below. Respond toeach item listed below, if the response is "None" or "Not applicable," explicitly state and explain. TheGovernment may consider quotes that fail to address or follow all instructions to be non-responsive andineligible for contract award. A complete quote includes a response and submission to each of thefollowing:1. General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representationand Certifications are up to date in SAM.gov), Business Size and Type of Small Business based onapplicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephoneand e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Quoters must include a completed copy of this provisionwith quote.2. Technical Documentation:a. Technical Approach or Specifications: Quoters are encouraged to submit pictures, brochures and otherpertinent technical information to facilitate the evaluation. The quote must address and meet therequirements/specifications as defined under Technical Factor I below.b. Sustainable Acquisitions Information and Certification: The contractor shall comply with allsustainable acquisition policies in an effort to minimize the Government's environmental impactand deliver community benefits through better selection and improved usage of products andservices. In accordance FAR 23, sustainable acquisition policies apply to both contracts forsupplies and services that require the delivery, use, or furnishing of products/services to theGovernment. Indicate if any the following sustainable acquisition categories apply to any productsor services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, EnvironmentallyPreferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs.c. Authorized Source Confirmation: The following product certification statement below applies toall CLINS and each offeror must submit supporting documentation, as needed:To be considered for award, the offeror/contractor is required to submit documentationconfirming that they are an authorized source. An "Authorized Source" is defined as theoriginal manufacturer, a source with the express written authority of the original manufacturer orcurrent design activity, or an authorized aftermarket manufacturer.3. Price Quote: Submit complete pricing for each individual item listed in the table above to include theunit of issue, the extended price for each line item and a total price in US Dollars ($). Note: EnsureFOB Destination shipping costs are included in the pricing.4. Commercial Warranty: If applicable, provide the terms and length of the Workmanship and/orManufacturer Warranty on the product(s) and/or services included in the proposed purchase price.EVALUATION FACTORS FOR AWARD:Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptableofferor, who is registered in the System for Award Management (SAM); however, the Government reservesthe right to award no contract at all, depending on the quality of quotes received and availability of funds.A quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability isdefined in Factor I below.As this is a competitive supply procurement using FAR Part 13 procedures, the basis for award willconsider the suppliers' past performance data in the Supplier Performance Risk System (SPRS) for the FSCand PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)).Factor I – Technical: The Government will evaluate the quote and verify if the following specificationrequirements are met to include all information required for a complete quote as defined in paragraph 2above:This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to OneManufacturer. To be considered for award, the offeror is required to certify that the product being offeredis an original and new Gill Instruments products. The Government will only accept the required brandname product.Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable. Thepricequote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping location listed above asoutlined in paragraph 3 above.Notice: Any quote rated "Unacceptable" under any one of the above factors may be determined to beineligible for contract award.DUE DATE AND SUBMISSION INFORMATIONEligible Quoters: All vendors must have a completed registration in the System for Award Management(SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. CompleteSAM registration means vendors shall have registered CAGE and UEID Codes.Page Limitations: None.Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted onan 8 1⁄2 by 11 inch page in 12 point Times New Roman font.Questions Due Date and Submission Requirements: All questions must be received before solicitation duedate and time. Questions must be uploaded on the NAVWAR e-Commerce portal athttps://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-22-Q-6530.Include RFQ # N66001-22-Q-6530 on all inquiries. Questions may be addressed at the discretion of theGovernment.RFQ Due Date and Submission Requirements: This RFQ closes on Thursday September 8 at 12:00 AMPacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-22-Q-6530. Email quotesand late quotes may not be accepted.NAVWAR e-Commerce website assistance: For e-Commerce technical issues, contact the NIWC PaperlessInitiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENTS 1-4 WITH YOUR QUOTE.1. C1.5 ATTACHMENT (01) REPS & CERTS 52.204-242. C1.5 ATTACHMENT (02) REPS & CERTS 252.225-70553. C1.5 ATTACHMENT (03) REPS & CERTS 52.204-264. C1.5 ATTACHMENT (04) REPS & CERTS 252.204-7016 and 252.204-7017APPLICABLE PROVISIONS AND CLAUSESThis solicitation document incorporates provisions and clauses in effect through Federal AcquisitionCircular (FAC) 2022-07 dated 10 Aug 2022, and Defense Federal Acquisition Regulation Supplement(DFARS) Publication Notice (DPN) 20220826. It is the responsibility of the contractor to be familiar withthe applicable clauses and provisions. The clauses can be accessed in full text athttps://www.acquisition.gov/content/regulations.The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated byreference, apply to this acquisition:52.204-7, System for Award Management52.204-16, Commercial and Government Entity Code Reporting52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services orEquipment52.204-26, Covered Telecommunications Equipment or Services- Representation252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment orServices- Representation252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in PastPerformance Evaluations252.225-7055, Representation Regarding Business Operations with the Maduro RegimeFAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (as of the date of the RFQ), applies to this acquisitionand includes the following clauses by reference:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment52.219-6, Notice of Total Small Business Set-Aside52.219-28, Post-Award Small Business Program Representation52.222-3, Convict Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Equal Opportunity for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer- System for Award ManagementThe current version of the following FAR and DFARS clauses (as of the date of the RFQ), incorporated byreference, apply to this acquisition:52.204-13, System for Award Management Maintenance52.204-18, Commercial and Government Entity Code52.212-4, Contract Terms and Conditions – Commercial Items52.232-40, Providing Accelerated Payments to Small Business Subcontractors252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.204-7022, Expediting Contract Closeout252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment orService252.211-7003, Item Unique Identification and Valuation252.211-7008, Use of Government-Assigned Serial Numbers252.223-7008, Prohibition of Hexavalent Chromium252.225-7001, Buy American And Balance Of Payments Program-- Basic252.225-7012, Preference For Certain Domestic Commodities252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area WorkFlow Payment Instructions252.232-7010, Levies on Contract Payments252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees andConsideration252.244-7000, Subcontracts for Commercial Items252.246-7008, Sources of Electronic Parts252.247-7023, Transportation of Supplies by Sea- BasicThe following additional provision(s) and clause(s) incorporated in full text, (as of the date of theRFQ) apply to this solicitation:52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)(a) Applicability. This clause does not apply to the extent that the Contractor is supplying end productsmined, produced, or manufactured in—(1) Israel, and the anticipated value of the acquisition is $50,000 or more;(2) Mexico, and the anticipated value of the acquisition is $92,319 or more; or(3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia,Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary,Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova,Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic,Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated valueof the acquisition is $183,000 or more.(b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation ofproducts mined, produced, or manufactured by forced or indentured child labor, authorized officials mayneed to conduct investigations to determine whether forced or indentured child labor was used to mine,produce, or manufacture any product furnished under this contract. If the solicitation includes theprovision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or theequivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of thecontracting agency, the Department of the Treasury, or the Department of Justice by providing reasonableaccess to records, documents, persons, or premises upon reasonable request by the authorized officials.(c) Violations. The Government may impose remedies set forth in paragraph (d) for the followingviolations:(1) The Contractor has submitted a false certification regarding knowledge of the use of forced orindentured child labor for listed end products.(2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause,with an investigation of the use of forced or indentured child labor by an Inspector General, AttorneyGeneral, or the Secretary of the Treasury.(3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturingprocesses.(4) The Contractor has furnished under the contract end products or components that have been mined,produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will notpursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicatesthat the Contractor knew of the violation.)(d) Remedies.(1) The Contracting Officer may terminate the contract.(2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4.(3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance withthe procedures in FAR Subpart 9.4.52.252-1, Solicitation Provisions Incorporated by ReferenceThis solicitation incorporates one or more solicitation provisions by reference, with the same force andeffect as if they were given in full text. Upon request, the Contracting Officer will make their full textavailable. The offeror is cautioned that the listed provisions may include blocks that must be completed bythe offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions,the offeror may identify the provision by paragraph identifier and provide the appropriate information withits quotation or offer. Also, the full text of a solicitation provision may be accessed electronically atthis/these address(es):https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)(End of provision)52.252-2, Clauses Incorporated by ReferenceThis contract incorporates one or more clauses by reference, with the same force and effect as if theywere given in full text. Upon request, the Contracting Officer will make their full text available. Also, thefull text of a clause may be accessed electronically at this/these address(es):https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).(End of Clause)52.252-5, Authorized Deviations in Provisions(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with anauthorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name ofthe regulation.(End of Clause)52.252-6, Authorized Deviations in Clauses(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clausewith an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION" after thename of the regulation.(End of clause)H-3 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION(a) Definition."Confidential Business Information," (information) as used in this text, is defined as all forms and types offinancial, business, economic or other types of information other than technical data or computersoftware/computer software documentation, whether tangible or intangible, and whether or how stored,compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) theowner thereof has taken reasonable measures to keep and protect such information, and (2) theinformation derives independent economic value, actual or potential from not being generally known to,and not being readily ascertainable through proper means by, the public. Information does not includetechnical data, as that term is defined in DFARS 252.227-7013(a)(14),252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computersoftware/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4)and 252.227-7018(a)(4).(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed byNAVWAR support contractors and their subcontractors. Information submitted by the contractor or itssubcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled toconfidential treatment may be included in the information released to these individuals. Accordingly, bysubmission of a proposal or execution of this contract, the offeror or contractor and its subcontractorsconsent to a limited release of its information, but only for purposes as described in paragraph (c) of thistext.(c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include thefollowing:(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWARin handling and processing information and documents in the administration of NAVWAR contracts, such asfile room management and contract closeout; and,(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR inaccounting support services, including access to cost-reimbursement vouchers.(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitiveharm that could result from the release of such information. NAVWAR will permit the limited release ofinformation under paragraphs (c)(1) and (c)(2) only under the following conditions:(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors toperform the tasks described in paragraphs (c)(1) and (c)(2);(2) Access to information is restricted to individuals with a bona fide need to possess;(3) Contractors and their subcontractors having access to information have agreed under their contract ora separate corporate non-disclosure agreement to provide the same level of protection to the informationthat would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosureagreement shall require the contractors and subcontractors to train their employees on how to properlyhandle the information to which they will have access, and to have their employees sign company non-disclosure agreements certifying that they understand the sensitive nature of the information and thatunauthorized use of the information could expose their company to significant liability. Copies of suchemployee non-disclosure agreements shall be provided to the Government; and(4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or(c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the informationfor any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text.(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier thatrequires the furnishing of information.(End of clause)

53560 HULL STREET  SAN DIEGO , CA 92152-5001  USALocation

Place Of Performance : 53560 HULL STREET SAN DIEGO , CA 92152-5001 USA

Country : United StatesState : California

You may also like

High Resolution Camera, Brand Name or Equal

Due: 22 Apr, 2024 (in 5 days)Agency: AGRICULTURE, DEPARTMENT OF

Justification of Brand Name

Due: 08 May, 2024 (in 21 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 334515Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
pscCode 66INSTRUMENTS AND LABORATORY EQPT