The RFP Database
New business relationships start here

Panametric Flowmeter Assembly


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


The Solicitation number is N68335-15-T-0325 and is issued as a Request For Quotes (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334514-Totalizing Fluid Meters and Counting Device, liquid and gas flow, liquid level, and mechanical motion measuring instruments, with a small business size standard of 500 employees. This requirement is a limited competitive Brand name only procurement for these commercial items which are required to support MQ-4C Triton Unmanned Aircraft System (UAS) site stand-ups.


The Naval Air Warfare Center, Aircraft Division, Lakehurst has requirement to procure a maximum total quantity of (25) Panametric Assemblies, P/N PT-SYS-1-1-H-408LM-25-00-0-TG.  The Panametric assembly consists of the following items:  Ultrasonic Liquid Flow Meter with Battery Charger, P/N PT878-1; Transducer, Thickness Gage, P/N PTBK-THICKNESS; Transducer, Cables, Clamps, P/N UTXDR-408-LM-25-00-0; and Hard Case/ P/N PTBK-HARDCASE.


The contract line items for the requirement are as follows:

CLIN 0001: Panametric Flowmeter Assembly, P/N PT-SYS-1-1-H-408LM-25-00-0-TG, Year 1 Minimum Qty 3 with a Maximum Qty 5.

CLIN 0002: Panametric Flowmeter Assembly, P/N PT-SYS-1-1-H-408LM-25-00-0-TG, Year 2 Maximum Qty 5.

CLIN 0003: Panametric Flowmeter Assembly, P/N PT-SYS-1-1-H-408LM-25-00-0-TG, Year 3 Maximum Qty 5.

CLIN 0004: Panametric Flowmeter Assembly, P/N PT-SYS-1-1-H-408LM-25-00-0-TG, Year 4 Maximum Qty 5.

CLIN 0005: Panametric Flowmeter Assembly, P/N PT-SYS-1-1-H-408LM-25-00-0-TG, Year 5 Maximum Qty 5.

 

Ordering Periods:

Ordering Period 1:                From time of award through 365 days

Ordering Period 2:                From time of award through 730 days

Ordering Period 3:              From 731 days through 1095 days after contract award

Ordering Period 4:                From 1096 days through 1460 days after contract award

Ordering Period 5:              From 1461 days through 1825 days after contract award

 


Requested delivery of the Panametric Flowmeter Assemblies shall be made within 60 days after an order is placed.  FOB destination, Lakehurst, NJ 08733


New equipment only, no remanufactured or "gray market" items.


Proposal must be valid for a minimum of 60 calendar days after close of solicitation.


All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. It is the responsibility of the offeror to submit offers to the POC at NAWCAD listed below by the closing date of October 16, 2015, 1:00PM (EST). For information regarding the solicitation please contact the POC below:  


POC: Jason Affinito, (732) 323-1074, email: Jason.affinito1@navy.mil


The offeror shall use the United States Postal Service or a commercial carrier using the address provided below:

NAWCAD - Lakehurst Contracts Department

Attn: Jason Affinito

Highway 547, Bldg 562-3

Code 2.5.2.5.1

Lakehurst, NJ 08733-5082

Solicitation (RFP) N68335-15-T-0325

Or email the quote to Jason.Affinito1@navy.mil

The Quotes will be evaluated in accordance with SAP procedures FAR 13.5 and award will be made to the responsible Respondent Providing the exact Required Part Numbers and Quantities as the lowest price.  Past performance will not be evaluated.  The government intends to award the contract without discussions.  Therefore the initial offer should contain the offerors best terms in price.

 


The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:

FAR 52.203-3, Gratuities

FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights

FAR 52.204-7, System for Award Management

FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition

FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must submit a completed copy of the listed representations and certifications, If not completed in SAM please see attached Certifications.

FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33

FAR 52.215-1, Instructions to Offerors-Competitive Acquisition

FAR 52.219-1, Small Business Program Representations

FAR 52.225-18, Place of Manufacture

FAR 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors


 


The following Provision applies: 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification


The following DFARS clauses are applicable:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7005 Representation Relating to Compensation of Former DoD Officials;

252.204-0001 Line Item Specific: Single Funding;

252.204-7004 Alt A System for Award Management Alternate A;

252.204-7006 Billing Instructions;

252.211-7003, Item Identification and Valuation;

252.215-7008, Only One Offer

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7000 Buy American - Balance of Payments Program Certificate

252.225-7001 Buy American - Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources

252.225-7008 Restriction on Acquisition of Specialty Metals

252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals

252.225-7012 Preference for Certain Domestic Commodities

252.225-7015 Restriction on Acquisition of Hand or Measuring Tools

252.225-7021 Trade Agreements

252.225-7022 Trade Agreements Certificate - Inclusion of Iraqi End Products

252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate

252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;

252.232-7006 Wide Area Workflow Payment Instructions;

252.232-7010 Levies on Contract Payments;


Jason Affinito, Contract Spcialist, Phone 7323231074, Email Jason.Affinito1@navy.mil - Judith A Dastis, Contracting Officer, Phone 732-323-7339, Fax 732-323-7440, Email judith.dastis@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP