Refit Chamber
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Oct 22, 2024 11:21 am EDT
- Original Date Offers Due: Oct 29, 2024 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 13, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Dahlgren , VA 22448USA
Description
CSSCOMBINED SYNOPSIS/SOLICITATION #: N0017825Q6613
Submitted by: Heather Hostinsky
NAICS Code: 811210
FSC/PSC Code: J066
Anticipated Date to be published in SAM.gov: 10/22/2024
Anticipated Closing Date:10/29/2024
Contracts POC Name: Heather Hostinsky
Telephone#: 540-742-8882
Email Address: heather.g.hostinsky.civ@us.navy.mil
Code and Description: J066- Maint/Repair/Rebuild of Equipment—Instruments and Laboratory Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017825Q6613 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for upgrades to improve and increase the Government’s testing capabilities of the radio frequency (RF) shielded chamber, which was manufactured and installed by Panashield, Inc. Panashield, Inc. was acquired by Braden Shielding Systems, LLC, (Braden). Braden is located in Tulsa, Oklahoma. The Offeror shall ensure they can provide the requirements listed in the Statement of Work and incorporated in the SF1449.
The RF chamber is used for electromagnetic compatibility (EMC) and EMI testing. The current cardboard pyramidal absorber is deteriorating beyond repair. Some of the sections of the chamber do not have the absorber due to damage. This absorber is no longer manufactured, so replacing it or repairing it is not possible. The absorber is necessary to comply with MIL-STD-461 requirements radiated emissions and susceptibility testing. Without replacing the absorber, the chamber will fail to meet the minimum requirements set out by MIL-STD-461 and will reduce NSWCDD B52’s ability to perform required testing. Proprietary rights limit competition. The modifications must be compatible in all aspects (form, fit and function) with the existing chamber hardware already installed. The required services are exclusive to Braden.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the internet at https://www.sam.gov.
Quote is due 29 October 2024, no later than 12:00 p.m. EST with an anticipated award date by 1 December 2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.g.hostinsky.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6613 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
- Redacted Statement of Work
Attachments/Links
Contact Information
Contracting Office Address
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
Primary Point of Contact
- Heather Hostinsky
- heather.g.hostinsky.civ@us.navy.mil
- Phone Number 5407428882
Secondary Point of Contact
History
- Dec 27, 2024 12:00 am ESTSolicitation (Updated)
- Dec 06, 2024 02:01 pm ESTSolicitation (Updated)
- Nov 13, 2024 11:55 pm ESTSolicitation (Original)