The RFP Database
New business relationships start here

Water Flow Visualization Tunnel


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-1623.

This requirement is being solicited Unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334519. The Small Business Size Standard is 500 Employees.


NUWC Division Newport intends to purchase the following items on a Firm Fixed Price (FFP) basis:


CLIN 0001: QUANTITY of ONE (1) Water Flow Visualization Tunnel
CLIN 0002: QUANTITY of ONE (1) Installation and Instruction Services
CLIN 0003: SHIPPING (if applicable and separately priced)


The water Flow Visualization Tunnel must meet or exceed the Government Minimum Requirements, Attachment # 1. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements.


The installation and instruction services are estimated to take approximately five (5) days in Newport, RI 02841. In order for the awardee to gain access to NUWCDIVNPT please refer to the following link: http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Contact-Us/Mandatory-Visit-Request/ . This is for informational purposes only, no access will be provided prior to award to other than the awardee. All offerors shall include pricing for the installation and instruction services in the submitted quote.


Delivery is twenty-four (24) weeks After Receipt of Order (ARO), F.O.B Destination, Newport, RI 02841. The Period of Performance for installation and instruction is twenty-six (26) weeks ARO, or if earlier delivery is proposed, the Period of Performance is two (2) weeks from Government receipt of CLIN 0001.


The Government has determined that this requirement does not include Electronic and Information Technology (EIT) and Section 508 requirements do not apply.


Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNS number. Quotes received after the closing date and time specified will be ineligible for award.


Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.


The following local NUWCDIVNPT clause applies to this solicitation:


C25S CONTRACTOR REQUIREMENTS FOR PERFORMANCE ON A GOVERNMENT SITE (MAR 2016)
(a) Contractor personnel shall comply with all current badging and security procedures required to gain access to any Government site. Access to Naval Undersea Warfare Center Division, Newport sites may only be gained by obtaining a badge (either permanent or temporary) from the security office. Compliance with SECNAV M-5510.30, Section 9-20, FACILITY ACCESS DETERMINATION (FAD) PROGRAM is specifically required. Badges shall be issued only after completion of SF85P available at: https://www.opm.gov/forms/standard-forms/


Contractor personnel requiring a Common Access Card, access to controlled unclassified information (CUI) and/or user level access to DoN or DoD networks and information systems, system security and network defense systems, or to system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information without control to identify and deny sensitive information, are required to have a favorably adjudicated NACLC.


The Contractor shall ensure that Contractor personnel employed on any Government site become familiar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads or utility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnel shall wear personal protective equipment in designated areas. All contractor equipment shall be conspicuously marked for identification.


The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements.


(b) The contractor shall ensure that each contractor employee reads the pamphlet entitled, "Occupational Safety and Health Information for Contractors" prior to commencing performance at any NUWCDIVNPT site. This document is available under "Contractor Safety Information" at:
http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx


(c) The contractor shall ensure that each contractor employee reads the document entitled, "NUWC Division Newport Environmental Policy" prior to commencing performance at any NUWCDIVNPT site. This document is available at:
http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx


(d) The contractor shall ensure that each contractor employee who is resident at any NUWCDIVNPT site completes ISO 14001 Awareness training within 30 days of commencing performance at that site. This training is available on the ISO 14001 webpage on the NUWCDIVNPT Intranet and is also available on the NUWC Division Newport Internet site. This document is available at:
http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx


(e) The contractor shall remove from the Government site any individual whose presence is deemed by the Commander, NUWCDIVNPT, to be contrary to the public interest or inconsistent with the best interests of national security.


(f) The contractor shall perform in accordance with the following, as applicable:


(1) OSHA 29 CFR1910 General Industry Standard
(2) OPNAV Instruction 5100.23 (series) Navy Safety and Occupational Health Program Manual
(3) NUWCDIVNPT 5100.5 (series) Occupational Safety and Health
(4) NUWCDIVNPT 5100.16 (series) Compressed Air Safety
(5) NUWCDIVNPT Emergency Action Guidelines
(6) NAVFAC P307 - NAVFAC: Management of Weight Handling Equipment
(7) NUWCDIVNPTINST 5090.3 (series) Hazardous Materials Control Program


(g) Prior to commencing any work that falls under the following areas, the contractor shall provide to the Contracting Officer's Representative (COR) (if no COR is assigned provide to the NUWCDIVNPT Safety Office Attn: Carol Bernier), on company letterhead, a complete listing of all qualified and trained employees who will perform the work:
(1) Permit required Confined Space Program
(2) Control of Hazardous Energy (Lock out / Tag out)
(3) Respiratory Protection
(4) Walking-Working Surfaces, Fall Protection Program and Scaffolding


(h) The contractor shall follow the posted provisions of the building's Emergency Action Plan (EAP) for any mishap, incident, or emergency situation.


(i) The contractor shall report unsafe work conditions and safety hazards to their supervisor, the COR, and the NUWC Safety Office.


(j)The contractor shall notify the COR and the NUWCDIVNPT Safety Office as soon as practicable, upon learning that a mishap (injury / property damage) has occurred during the performance of work at NUWCDIVNPT.
(End of clause)


In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow (WAWF).


This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.


Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.


Offers must be e-mailed directly to Rosemary Shuman at rosemary.shuman@navy.mil, with Carolyn Gillman (carolyn.gillman@navy.mil) on copy. Offerors must be received by 2:00 p.m. (EST) on Tuesday, 04 April 2017. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Shuman at rosemary.shuman@navy.mil with Carolyn Gillman (carolyn.gillman@navy.mil) on copy.


 


Rosemary E. Shuman, Contract Specialist , Phone 4018327167, Email Rosemary.Shuman@navy.mil - Carolyn Gillman, Contracting Officer , Phone 4018328444, Email carolyn.gillman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP