Search Contract Opportunities

AEMC Micro-Ohmmeters

ID: N6660425Q0225 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.

The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Brand Name Requirement basis for AEMC Instruments brand items, with no substitutions. The AEMC brand Micrometer is the only meter that both meets the required specifications and is on the test, measurement and diagnostic equipment (TDME) Approved list. Other brand micrometers would not be compatible with legacy test procedures. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.

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 Quote (RFQ) Number is N66604-25-Q-0225. This requirement is being solicited on a 100% small business set-aside, Brand Name Requirement basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334519; the Small Business Size Standard is 600 employees.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:

CLIN 0001: Quantity of four (4) AEMC Micro-Ohmmeters, Model #: 6240, in accordance with the attached specification sheet.

Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be on or before 26 May, 2025. Please include any applicable shipping charges.

Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment

52.209-11, Representation by corporations Regarding Delinquent Tax

52.212-1, Instructions to Offerors Commercial Items

52.212-3, Offeror Representations and Certifications Commercial Items

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

The following DFARS clauses apply to this solicitation:

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information,

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,

252.204-7020 NIST SP 800-171 DoD Assessment Requirements,

252.211-7003 Item Identification and Valuation

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

252.246-7008 Sources of Electronic Parts

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far

The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.

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

Offerors shall include the following information with submissions:

(1) Quote the required items, in the required quantities;

(2) Provide proof that all items are shipped from the US, drop shipping is unacceptable;

(3) Provide proof that all items configured in house are new products, gray market items will not be accepted;

(4) NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only; If the Contractor does not deliver new hardware or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.

(5) Point of Contact (including name, phone number and email address); and,

(6) Contractor CAGE Code. The Government will consider past performance information, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.

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 Unique Entity ID. A quote received after the closing date and time specified may be ineligible for award.

The quote may be submitted via email to the email address below and must be received on or before Thursday, 03 April 2025 at 1400 Eastern time. Offer received after the closing date are late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.

Background
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for AEMC Instruments brand items, specifically the AEMC Micro-Ohmmeters. This requirement is based on a Brand Name Requirement with no substitutions allowed, as the AEMC brand is the only one that meets the required specifications and is compatible with legacy test procedures. The solicitation is being issued under a 100% small business set-aside.

Work Details
The contract includes the following item:

CLIN 0001 - Quantity of four (4) AEMC Micro-Ohmmeters, Model #: 6240.

The specifications for the Micro-Ohmmeters are as follows:
- Portable and lightweight, weighing less than 11 pounds.
- Durable design suitable for shipping or hand carrying to bases worldwide, with a rugged case.
- Selectable test currents of 10A, 1A, 100mA, and 10mA, including a polarity reversal function.
- Four lead Kelvin tester capable of measuring very low resistance from 1µOhm to 400Ω with resolutions down to 1µOhm.
- Battery operated with up to 2 hours of operation time.
- Included in the test, measurement and diagnostic equipment (TMDE) Approved list.
- Measurement resolution of 1 µOhm and capable of testing both resistive and inductive materials.
- Ability to store up to 99 measurements.

Period of Performance
Delivery must be on or before May 26, 2025.

Place of Performance
Delivery is F.O.B. Destination to Newport, RI 02841.

Overview

Response Deadline
April 3, 2025, 2:00 p.m. EDT Past Due
Posted
March 27, 2025, 4:00 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the NUWC Newport Division. 95% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/27/25 NUWC Newport Division issued Synopsis Solicitation N6660425Q0225 for AEMC Micro-Ohmmeters due 4/3/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334519 (SBA Size Standard 600 Employees) and PSC 6625.
Primary Contact
Name
Franklin Patton   Profile
Phone
(401) 832-6525

Documents

Posted documents for Synopsis Solicitation N6660425Q0225

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation N6660425Q0225

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6660425Q0225

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6660425Q0225

Experts for AEMC Micro-Ohmmeters

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NUWC DIV NEWPORT
FPDS Organization Code
1700-N66604
Source Organization Code
100226863
Last Updated
April 18, 2025
Last Updated By
franklin.k.patton2.civ@us.navy.mil
Archive Date
April 18, 2025