Skip to main content

An official website of the United States government

You have 2 new alerts

Calibration BPA

info alert

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jun 03, 2022 08:31 am EDT
  • Original Date Offers Due: Jul 03, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 18, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811219 - Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Dahlgren , VA 22448
    USA

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017822R1612

Submitted by: Amanda Marcella

NAICS Code:  811219

FSC/PSC Code:  J066

Anticipated Date to be published at SAM.gov:  03 June 2022
 

Anticipated Closing Date: 03 July 2022

Contracts POC Name: Amanda Marcella

Telephone#:  (540) 653-0178

Email Address: amanda.m.marcella.civ@us.navy.mil

Code and Description:  J – Maint, Repair, Rebuild Equipment

This is a combined synopsis/solicitation for commercial services 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.

Synopsis/Solicitation N0017822R1612 is being issued as an invitation to become a prospective vendor on a Blanket Purchase Agreement (BPA) for commercial calibration services for equipment that requires periodic calibration.  The Naval Surface Warfare Center Dahlgren Division (NSWCDD), currently uses multiple brands of analyzers to perform measurement and testing data collections.  The service requirements can be unpredictable with indefinite quantities.  Therefore, BPAs will be established to support these service requirements.  See the attached 1449, Statement of Work and Sample List of Potential Equipment Requiring Calibration.

These requirements will be identified in individual BPA calls, which will not exceed $250,000.00.  Period of performance for the BPA not to exceed 5 years after date of BPA award. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized.

The awards issued will incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation.

This requirement is not eligible for small business set-aside.

Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal because this notice will result in a BPA.  In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice.

Interested parties are requested to provide a capabilities package which shall include documentation which addresses, at a minimum, your companies’ ability to perform all the requirements as outlined in the attached Statement of Work.  Vendor Cage Code and DUNS numbers must be included for verification of the inclusion in the System for Award Management (SAM).  The completion and submission of this capabilities package to the Government 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.  FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA.

Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104, interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and complete FAR Clause 52.219-1. 

Simplified Acquisition procedures in accordance with FAR Part 13 will be utilized.  The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. 

In compliance with DFARS 252.232-7006, Wide Area Workflow Instructions (May 2013), the Government will utilize Wide Area Work Flow (WAWF) to process vendor payments.

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.

Any delivery shall be FOB Destination to Dahlgren, Virginia.  All BPA calls/orders shall be issued on a firm fixed price basis.  Companies interested in receiving a BPA shall submit the requested documentation no later than 03 July 2022, 12:00 pm (EST), via email to amanda.m.marcella.civ@us.navy.mil.   Please include N0017822R1612 in the subject line.

Attachments –

-SF1449

-Statement of Work

-Sample List of Potential Equipment Requiring Calibration

Contact Information

Contracting Office Address

  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA

Primary Point of Contact

Secondary Point of Contact





History