Skip to main content

An official website of the United States government

You have 2 new alerts

Fluke 971 Temperature and Humidity Meter

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 29, 2024 11:03 am EDT
  • Original Date Offers Due: Sep 13, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5120 - HAND TOOLS, NONEDGED, NONPOWERED
  • NAICS Code:
    • 332216 - Saw Blade and Handtool Manufacturing
  • Place of Performance:

Description

The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure Brand Name Only tools. This is for the following Fluke 971 Temperature and Humidity Meter QTY: 243 P/N: 01-703-4039 in support of the F-35 Joint Strike Fighter Program. See Attachment I for the complete part list. These items will be procured for the Prototype, Manufacturing, and Test Division (PMTD), Lakehurst, New Jersey through a Firm Fixed Price contract, in accordance with the attached CLIN Structure. The Government intends to procure the above items through a total small business set-aside. 

(i)  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. (ii)  This solicitation number is N68335-24-Q-0905 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-04.  (iv) This solicitation is open to small businesses. NAICS is 332216. PSC code is 5120.

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:

Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price.  The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.

1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, will not be considered for award.

2. Price: The Government will evaluate price for reasonableness.

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

(v) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated. (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (vii)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated.(viii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: FAR 52.222-50, Combating Trafficking in Persons (Mar 2015). (ix)  Additional clauses and provisions and requirements:

FAR 52.204-7: System for Award Management

FAR 52.204-13: System for Award Management Maintenance

FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-27 Prohibition on a ByteDance Covered Application

DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

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

DFARS 252.211-7003: Item Unique Identification and Valuation

DFARS 252.223-7008: Prohibition of Hexavalent Chromium

DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

DFARS 252.225-7012: Preference For Certain Domestic Commodities

DFARS 252.225-7013: Duty-Free Entry—Basic

DFARS 252.225-7016: Restriction on Acquisition of Ball and Roller Bearings

DFARS 252.225-7003: Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.246-7008: Sources of Electronic Parts

Additional requirements:

The Government intends to evaluate proposals and award the contract without discussions; and, will evaluate each offer on the basis of the Offeror's initial quotation. Therefore, the initial quotation shall contain the Offeror's best terms. The Government reserves the right, however, to conduct discussions if in the Government's best interest. If considered necessary by the Contracting Officer, discussions will be conducted with only those Offerors determined necessary to ensure efficient competition.

Quotes are due by 4:00pm EST, 13 September 2024 to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil . Please see attachment I for the CLIN Structure. All proposals shall meet all requirements as outlined in the SOW and CLIN structure. Proposals shall include price and technical write-up, be “FOB: Destination”, with inspection and acceptance at “destination.” Payment Terms shall be NET 30. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

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.

Attachment I- CLIN Structure

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History