Posted: Jan. 7, 2025, 1:02 p.m. EST
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (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 document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07
Effective: 29Aug24
This is a full and open competitive announcement in accordance with 19.502-2 (a) on a
Firm-Firm Fixed-Price (FFP) basis.
The associated North American Industrial Classification System (NAICS) code for this
procurement is 423610
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5975
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase
1. Electrical Heating Materials
All interested companies shall provide quotations for the following:
x See specification attachment
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
Software/Hardware/Services:
This procurement is for new equipment ONLY, unless otherwise specifically stated. No
remanufactured or "gray market" items are acceptable. All equipment must be covered by the
manufacturer's warranty.
Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an
authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM
warranty and service are provided and maintained by the OEM. All software licensing, warranty,
and service associated with the equipment/system shall be in accordance with the OEM terms and
conditions
Offerors are required to submit documentation from the manufacturer stating that they are an
authorized distributor for the specific items being procured.
Note: Maintenance Renewals - The performance period for maintenance renewals, (software
licenses, services, etc.), must begin on or after the date of contract award. The performance period
cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.
Delivery Address:
____x____ U.S. Naval Research Laboratory
4555 Overlook Avenue, S.W.
Bldg. 49 Shipping/Receiving
Code 3400
Washington, DC 20375
**FOB DESTINATION IS THE PREFERRED METHOD**
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
GOVERNMENT POINT OF CONTACT
Purchasing Agent Name: Andrea Graves
Tel: 202-875-9251
Email: Andrea.l.graves6civ@us.navy.mil
Please reference this combined synopsis/solicitation number on your correspondence and in the
"Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA
EMAIL.
System for Award Management (SAM). The government intends to award a purchase order as
a result of this combined synopsis/solicitation that will include the terms and conditions set forth
herein. Award may be made without discussions or negotiations, therefore prospective
contractors shall have an active registration in the System for Award Management (SAM)
database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102
and Part 52.204-7 when submitting a response to this solicitation.
The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, price
and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to
price. A price analysis will be conducted to determine whether the lowest price will result from a
single award or multiple awards. Based on the price analysis, the lowest price offer or multiple
offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance
with the specifications, will be deemed either technically acceptable or technically
unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing
determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete
and award will be made based on the lowest price offer(s). If the lowest price offer is determined
technically unacceptable, another analysis will be conducted amongst the remaining offers to
determine if a single or multiple awards will provide the lowest price. The lowest price offer(s)
will be sent for technical evaluation. This process is repeated in order of price until an offer or
combination of offers is deemed technically acceptable and price is determined fair and
reasonable.
Options. When applicable, the Government will evaluate offers for award purposes by adding
the total price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).
Terms and Conditions. To facilitate the award process, all quotes must include a statement
regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document
without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document
with the exception, deletion, or addition of the following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall
be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed
submissions are accepted and are the preferred form of submission. Receipt will be verified by
the date/time stamp on fax or e-mail.
Posted: Jan. 7, 2025, 11:34 a.m. EST
Posted: Dec. 13, 2024, 11:37 a.m. EST
Background
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase electrical heating materials as part of its mission to support research and development in various scientific fields. This solicitation is a combined synopsis/solicitation for commercial items prepared in accordance with the streamlined procedures for evaluation and solicitation for commercial items. The contract will be awarded on a Firm-Fixed-Price (FFP) basis under full and open competition.
Work Details
The NRL is requesting quotations for the following electrical heating materials:
1. Disconnect Switch 400A 600V Heavy Duty NEMA1 Fusible - 1 EA
2. Fuse 350A 480V for Disconnect Above - 3 EA
3. Disconnect Switch 200A 600V Heavy Duty NEMA1 Fusible - 1 EA
4. Fuse 175A 480V for Disconnect Above - 3 EA
5. 3-1/2" EMT Conduit - 90 FT
6. 3-1/2" Insulated Compression Connector - 6 EA
7. 3-1/2" Insulated Compression Coupling - 14 EA
8. 3-1/2" 90 Degree Elbow EMT - 6 EA
9. 3-1/2" 45 Degree Elbow EMT - 8 EA
10. 3-1/2" LB Body Conduit EMT Body Cover and Gasket - 4 EA
11. 2-1/2" EMT Conduit - 100 FT
12. Additional items include various sizes of insulated compression connectors, elbows, conduit, THHN stranded wire in multiple colors and gauges, bushing, strut channel components, duplex receptacles, and other electrical supplies as detailed in the specification attachment.
Place of Performance
U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375.