Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOLICITATION NOTICE

J -- Test Machine Calibration and Repair at Naval Station Norfolk, Norfolk, VA and Naval Weapons Station, Yorktown, VA

Notice Date
5/1/2025 6:35:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525Q2516
 
Response Due
5/12/2025 11:00:00 AM
 
Archive Date
05/27/2025
 
Point of Contact
Shayna Martin, Phone: 757-341-1654
 
E-Mail Address
shayna.n.martin2.civ@us.navy.mil
(shayna.n.martin2.civ@us.navy.mil)
 
Description
Combined Synopsis/Solicitation N4008525Q2516 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. The announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on www.sam.gov. The solicitation number is N4008525Q2516 and is issued as a Request for Quote (RFQ). This is the only RFQ for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions in effect through FAC 2025-03, effective January 03, 2025, and DFARS Publication Notice 20250117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and https://www.acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 541380. This requirement is being procured as Unrestricted. Naval Facilities Engineering System Command (NAVFAC) Mid- Atlantic requirement: The contractor shall provide all labor, materials, transportation, supplies and other necessary items to provide repairs, preventative maintenance, and calibration services of one (1) 225K, and one (1) 300K Pull/Proof Test machines in accordance with regulatory requirements. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate on a Sole Source basis to Chant Engineering Co Inc (CAGE: 7K419), of 59 Industrial Drive New Britain, Pennsylvania 18901, under the authority of FAR 13.106-1 (2)(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit a quote. This notice of intent is not a request for competitive quotes. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The sole source nature of this requirement is based on the determination that Chant Engineering is the only vendor with the software and equipment needed to calibrate these machines and is the Original Equipment Manufacturer (OEM) of the calibration equipment. In addition, these test machines were designed and built by Chant Engineering and the calibration equipment was designed to interface and fit the machines. The software used by the certification monitoring system is proprietary, developed by Chant Engineering, and cannot be adjusted, corrected or modified by another vendor. The electronic load cells in the test machine use a specialized interface that is not duplicated by other vendors The contractor shall provide the services in accordance with the attached Performance Work Statement (See Attachment � PWS_RFQ N4008525Q2516) The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. Attachments: Please refer to the following attachments for additional information: I. Performance Work Statement II. Single Source Justification III. List of Clauses and Provisions Estimated Start Date: Approx. 30 days after award The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached clauses and provisions. The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- �Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition. Unless the Offeror has not completed the annual representations and certification electronically, the offeror shall complete paragraph (c) through (v) of this provision in the attached clauses and provisions. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is included in the attached clauses and provisions. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- �Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition and all the applicable FAR clauses cited with this requirement are included in the attached clauses and provisions. All clauses and provisions applicable to this requirement are included in the attached clauses and provisions. The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. This announcement will close at 2:00pm Eastern Standard Time on Monday 12 May 2025. All quotes shall be submitted via email to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, and can be reached at 757-341-1654. Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c24dc2653894e54adf4c11193468a17/view)
 
Place of Performance
Address: Norfolk, VA 23505, USA
Zip Code: 23505
Country: USA
 
Record
SN07427800-F 20250503/250501230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.