Skip to main content

An official website of the United States government

You have 2 new alerts

BRAND NAME MANDATORY Leak Detector

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: May 18, 2022 04:19 pm EDT
  • Original Date Offers Due: Jun 03, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 18, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4923 - DEPTH CHARGES AND UNDERWATER MINES MAINTENANCE, REPAIR, AND CHECKOUT SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 333318 - Other Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA

Description

22R0085
This is a combined synopsis/solicitation for BRAND NAME MANDATORY commercial items
prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented
with additional information included in this notice. Naval Surface Warfare Center, Indian Head
Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), located in Indian Head,
Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition
Procedures for: MS-50GT High Production Console Helium Leak Detector (115V/60Hz). This solicitation
will be competed as full and open. This announcement constitutes the only solicitation and a
written solicitation will not be issued. Quotes are being requested under Request for Quotation
(RFQ) no. N0017422R0085. The NAICS code is 333318. The provisions and clauses included and/or
incorporated in this solicitation document are those in effect through the Federal Acquisition
Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition
Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN
20190531.


The Basis for Award will be Lowest Price Technically Acceptable from this solicitation to the
responsible vendor whose quote, conforming to the solicitation that will be most advantageous to
the Government, given the factors considered. The Government intends to evaluate all timely
quotes received from eligible vendors. The Government intends to evaluate quotations and award a
contract without discussions. The Government reserves the right to conduct discussions if the
Contracting Officer later determines them to be necessary.
Evaluation Factors (in order of importance)


1. Technical – Quotes must reflect the required specifications included in the RFQ- IAW 1.0 of the
SOW.
2. Price – Quotes must include all applicable costs.


Questions/clarification regarding this solicitation must be submitted via email to
Jodi.l.fields.civ@us.navy.mil and david.a.greaves4.civ@us.navy.mil by Wednesday 25 May 2022,
by 04:00 PM EST.


Quote packages are due by 03 June 2022 4:00 PM EST. Late quotes will not be considered. Quote
packages shall INCLUDE THE COMPLETED/FILLED IN RFQ and need to be emailed to
Jodi.l.fields.civ@us.navy.mil and david.a.greaves4.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. DUNS number and Cage Code.

The Points of Contact for this acquisition is
1. Jodi.l.fields.civ@us.navy.mil
2. david.a.greaves4.civ@us.navy.mil

Contact Information

Contracting Office Address

  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA

Primary Point of Contact

Secondary Point of Contact





History