PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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 Sole Source Requirement basis to Illinois Tool Works Inc., Doing Business As (DBA) Instron, CAGE Code: 80160. Instron is the sole manufacturer of universal testing machine hardware and Bluehill Universal software used for testing on the required towed array module testing machines. Instron currently provides on-site calibration and preventive maintenance services utilizing their own Field Service Engineers. With respect to maintenance, Instron does not allow non-factory service technicians to service their equipment or purchase replacement parts, and no other company has factory certified technicians.
This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future.
Request for Quote (RFQ) Number is N66604-25-Q-0409. This requirement is being solicited on a Sole Source Requirement basis. The North American Industry Classification System (NAICS) Code for this acquisition is 541380; the Small Business Size Standard is $19,000,000.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Calibration services in accordance with Attachment #1: Calibration Requirements. The First Load Cell must be calibrated prior to 31 July, 2025.
CLIN 0002: Other Direct Costs (ODCs) for parts and travel associated with Calibration Services.
CLIN 0003: Option Year 01 Calibration services in accordance with Attachment #1: Calibration Requirements with a Period of Performance (PoP) beginning one (1) year after award.
CLIN 0004: Option year 01 Other Direct Costs (ODCs) for parts and travel associated with Calibration Services.
CLIN 0005: Option Year 02 Calibration services in accordance with Attachment #1: Calibration Requirements with a Period of Performance (PoP) beginning two (2) years after award.
CLIN 0006: Option Year 02 Other Direct Costs (ODCs) for parts and travel associated with Calibration Services.
CLIN 0007: Option Year 03 Calibration services in accordance with Attachment #1: Calibration Requirements with a Period of Performance (PoP) beginning three (3) years after award.
CLIN 0008: Option Year 03 Other Direct Costs (ODCs) for parts and travel associated with Calibration Services.
CLIN 0009: Option Year 04 Calibration services in accordance with Attachment #1: Calibration Requirements with a Period of Performance (PoP) beginning four (4) years after award.
CLIN 0010: Option Year 04 Other Direct Costs (ODCs) for parts and travel associated with Calibration Services.
NOTE: A Calibration Certificate shall be included with all calibrations. Calibration must be at a minimum a ISO 17025 accredited calibration with As Found and As Left conditions on the calibration certificate.
Services shall be performed at the Naval Undersea Warfare Center, Division Newport and Naval Station Newport.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-2 Security Requirements
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:
252.204-7000, Disclosure of Information.
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
52.217-9 Option to Extend the Term of the Contract.
(a)The Government may extend the term of this contract by written notice to the Contractor within one (1) day prior to the end of the current Period of Performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ten (10) days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b)If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months.
(End of clause)
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).
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
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 UEI. 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 Wednesday, 07 May 2025 at 1400 Eastern time. Offers 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.