Skip to main content

An official website of the United States government

You have 2 new alerts

Thermo-Luminescent Dosimeter BPA

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 (Updated)
  • Updated Published Date: Mar 01, 2024 07:40 am EST
  • Original Published Date: Feb 21, 2024 03:49 pm EST
  • Updated Date Offers Due: Mar 07, 2024 02:00 pm EST
  • Original Date Offers Due: Mar 01, 2024 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 22, 2024
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6665 - HAZARD-DETECTING INSTRUMENTS AND APPARATUS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20817
    USA

Description

** AMENDMENT N0016724Q00620001 POSTED 3/1/24**

** OFFEROR DUE DATE EXTENDED**

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR Part 13.5, as supplemented with additional information included in this notice.  Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm fixed price (FFP) Blanket Purchase Agreement (BPA) using Simplified Acquisition Procedures that establishes the terms and conditions applicable to DT-702 Thermo-Luminescent Dosimeter (TLD) Cards and DT-702 Card Openers  that meets the specifications outlined below.  The proposed contract action is for commercial supplies for which the Government intends to solicit as other than full and open competition.  This announcement constitutes the only solicitation and a written solicitation will not be issued.  Quotes are being requested under Request for Quotation (RFQ) no. N00167-24-Q-0062.  The NAICS code is 334516 and the small business size standard is 1,000 (number of employees). 

The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular (FAC). This RFQ incorporates all provisions and clauses in effect through FAC 2024-02 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 01/22/2024. 

Shipping term shall be FOB Destination.  

See attached solicitation for a list of line item number(s) and items, quantities, and units of measure, clauses and provisions including the provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services which includes the specific evaluation criteria, the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

Additionally, include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your quote IF your company does not have the Representations and Certifications completed in SAM.gov.

The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered.  The Government intends to evaluate all timely quotes received from eligible quoters on a lowest price technically acceptable (LPTA) basis.  The Government intends to evaluate quotations and award a contract without discussions with quoters. 

QUESTIONS: Offerors may submit their questions regarding clarification of solicitation requirements to Brittany Tavassoli by email at brittany.b.tavassoli.civ@us.navy.mil no later than 10:00AM EST on 26 February 2024. Any questions received after this deadline may not be answered. Questions received by the deadline will be answered in an amendment to the solicitation.

Quote packages are due by 01 March 2024 at 10:00 AM EST. Late quotes will not be considered.  Quote packages shall be sent to brittany.b.tavassoli.civ@us.navy.mil and contain a cover sheet that provides the following information:

  1. Official Company Name;
  2. Point of contact including name and phone number; and
  3. Cage Code number.

To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and cage code. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 10:00 AM EST on 01 March 2024. Email quotes to brittany.b.tavassoli.civ@us.navy.mil.

Quotes shall be valid for sixty (60) days (at minimum).

The Point of Contact for this acquisition is Brittany Tavassoli, at brittany.b.tavassoli.civ@us.navy.mil.

Contact Information

Contracting Office Address

  • CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
  • BETHESDA , MD 20817-5700
  • USA

Primary Point of Contact

Secondary Point of Contact





History