Calibration , Temperture Uniformity
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 (Updated)
- Updated Published Date: Feb 15, 2023 02:50 pm EST
- Original Published Date: Feb 13, 2023 02:49 pm EST
- Updated Date Offers Due: Feb 27, 2023 12:00 am EST
- Original Date Offers Due: Feb 20, 2023 12:00 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 14, 2023
- Original Inactive Date: Mar 07, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J044 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
- NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Place of Performance: Portsmouth , VA 23709USA
Description
Synopsis:
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract, to perform temperature uniformity survey and system accuracy test and calibration. This requirement is for commercial items as defined in FAR 2.101 and will be prepared in accordance with the information in FAR Subpart 13.5, as supplemented with the additional information included in this notice.
The requirement will be solicited as a 100 percent set as for small business. The NAICS code applicable to this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of 11.0 million dollars.
The period of performance for this acquisition is anticipated to begin 06 March 2023 through 05 March 2024 with four 12 month options
The solicitation, any documents related to this procurement, and all amendments issued are in electronic form. The solicitation is posted to this site SAM.gov, https://Sam.gov. as solicitation N42158-23-Q-S019 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at SAM.gov on the interested vendor list under N42158-23-Q-S019. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://Sam.gov.
All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://Sam.gov.
All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Sebastian Edwards contract specialist at sebastian.w.edwards@us.navy.mil Kimberly.e.rettinger.civ@us.navy.mil and NNSYC432@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 1 NORFOLK NAVAL SHIPYARD BUILDING 276
- PORTSMOUTH , VA 23709-1001
- USA
Primary Point of Contact
- Sebastian Edwards
- sebastian.edwards@navy.mil
- Phone Number 7575486864
Secondary Point of Contact
- Tiffany Trotter
- tiffany.l.trotter2.civ@us.navy.mil
- Phone Number 7573967877
History
- Mar 15, 2023 11:58 pm EDTSolicitation (Updated)
- Feb 15, 2023 02:50 pm ESTSolicitation (Updated)
- Feb 13, 2023 02:49 pm ESTSolicitation (Original)