Search Contract Opportunities

Fluke 971 Temperature and Humidity Meter

ID: N68335-24-Q-0214 • Type: Synopsis Solicitation

Description

Posted: July 18, 2024, 1:37 p.m. EDT

Fluke Tools Sam Description

The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award a firm-fixed-price contract on a limited competition basis for Brand Name Only toolkits and associated parts. This is for the following 971 Temperature and Humidity Meter QTY 243 P/N: 01-703-4039 in support of the F-35 Joint Strike Fighter Program. Attachment for complete part list. This limited competition will be between Fluke, CAGE 89536 and their authorized distributors using FAR Part 12 and FAR Part 13 procedures.

Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. The anticipated delivery date is 60 days after receipt of order and ship to address is as follows:

NAWCADLKE

Bldg 148, Highway 547

Joint Base MDL 08733

Note that this is strictly a limited competition between Fluke and their authorized distributors.

The Government will consider all responses received within fifteen days after the date of publication of this synopsis. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The offeror certifies that they will deliver items no later than 60 days after the receipt of an order. [Note: earlier delivery at no additional charge to the Government is acceptable and encouraged]. Shipping must be Free on Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All applicable shipping costs should be included in the unit prices of the equipment.

The offeror certifies that the quote will be valid until 30 August 2024.

By responding to this request for proposal (RFP) the Offeror certifies that that they can meet the following requirements as part of the Government's responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.

All deliverables must be compliant with FAR 52.219-14 Limitations on Subcontracting. FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007 apply.

Please submit a Firm-Fixed-Price proposal pursuant to the terms and conditions of this CSS to this office on or before 1 August 2024, via email to: jeffrey.m.chelston.civ@us.navy.mil. If you need any additional information regarding the above, please contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil

If this requirement is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist shall be filled out and submitted with the proposal.

DFARS Clause 252.211-7003, Item Identification and Valuation may apply to this procurement. Any end items that have a unit acquisition cost of over $5,000 shall have the clause applied.

As of 13 August 2020, Section 889 of Public Law 115-232, Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment, Part B, took effect. The FAR Case 2019-009 rule prohibits the Government from contracting with an entity that uses certain telecommunications equipment or services produced by the entities listed in the statute. As a result of the above, the Clauses and Provisions associated with this rule are applicable to the resultant Delivery Order.

As of 03 February 2021, interim Defense Federal Acquisition Regulation Supplement (DFARS) rule 2019-D041, Assessing Contractor Implementation of Cybersecurity Requirements, which was effective 30 November 2020. The interim rule amends the DFARS to incorporate requirements for assessment of contractor implementation of cybersecurity requirements and to enhance the protection of unclassified information within the DoD supply chain via the National Institute of Standards and Technology Special Publication (NIST SP) 800-171 DoD Assessment Methodology and the Cybersecurity Maturity Model Certification (CMMC) framework.

As a result of the above, the requirements referenced in Provision 252.204-7019, Notice of NIST SP 800- 171 DoD Assessment Requirements (NOV 2020); and Clauses 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) and 252.204-7021, Cybersecurity Maturity Model Certification Requirement (NOV 2020) are applicable to the resultant contract. A current NIST SP 800-171 DoD Assessment must be posted in the Supplier Performance Risk System (SPRS), which will be reviewed prior to contract award.

The proposal shall be submitted electronically, ensuring that any electronic version of spreadsheets are Excel compatible, as applicable with formulas and links active, including any subcontracted work, to this office.

It is important to note this letter shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the government.

Please note that the offeror's SAM.gov entity registration needs to be active at the time of proposal submission through award in order for the offeror to be able to receive an award

All questions regarding this effort should be addressed to Jeff Chelston

Q&A

Did you need the units calibrations or without?

Answer: NAWCAD LKE does not need the units with calibration.

Posted: July 18, 2024, 9:19 a.m. EDT

Overview

Response Deadline
Aug. 1, 2024, 4:00 p.m. EDT Past Due
Posted
July 18, 2024, 9:19 a.m. EDT (updated: July 18, 2024, 1:37 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 7/18/24 NAWC Aircraft Division issued Synopsis Solicitation N68335-24-Q-0214 for Fluke 971 Temperature and Humidity Meter due 8/1/24. The opportunity was issued full & open with NAICS 332216 and PSC 5120.
Primary Contact
Name
Jeff Chelston   Profile
Phone
(240) 577-5754

Documents

Posted documents for Synopsis Solicitation N68335-24-Q-0214

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N68335-24-Q-0214

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N68335-24-Q-0214

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N68335-24-Q-0214

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
Aug. 16, 2024
Last Updated By
jeffrey.chelston2@navy.mil
Archive Date
Aug. 16, 2024