Maryland Bids > Bid Detail

Bowl Temperature Control System (BTCS)

Agency:
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159372655773646
Posted Date: Feb 15, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/3185a581cf...
Follow
Bowl Temperature Control System (BTCS)
Active
Contract Opportunity
Notice ID
N0017424SN0050
Related Notice
N0017423SN0042
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC INDIAN HEAD DIVISION
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 05:47 pm EST
  • Original Date Offers Due: Mar 18, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA
Description

This is a combined synopsis/solicitation for commercial supply prepared in accordance with Federal Acquisition Regulations (FAR Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD) located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order for a Bowl Temperature Control System (BTCS). The provisions and clauses included and/or incorporated in this solicitation are those in effect through the Federal Acquisition Circular FAC 2024-02 and the Defense Federal Acquisition Regulation Supplement (DFARS).



The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The quote must include shipping and any additional fees that may be incurred. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will not be responsible for any costs incurred by responding to this notice.



All items shall be delivered FOB Destination to Indian Head, MD 20640. Provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment Terms, Any discount terms, Shipping cost, any additional fees, F.O.B. destination, CAGE code, UEI number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration.



IMPORTANT NOTICES:




  1. RFQ submission must be in accordance with solicitation;

  2. Offerors must be registered in the System for Award Management (SAM) NLT Monday March 18, 2024 2:00PM to be eligible for award under NAICS 333248;

  3. All Amendments, if applicable, must be acknowledged;



Questions/clarification regarding this solicitation must be submitted via email to meghan.m.leonard.civ@us.navy.mil and jonathan.t.phillips3.civ@us.navy.mil by Thursday February 29, 2024 2:00PM EDT.



Quote packages are due by Monday March 18, 2024 2:00PM EDT. Late quotes will not be considered. Quote packages shall be sent to meghan.m.leonard.civ@us.navy.mil and jonathan.t.phillips3.civ@us.navy.mil.



Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Please complete all fill-in portions of the SF 1449 appropriately. Please ensure all CLINs are accounted for in your proposal. For accounting purposes, please use page 10-12 of the solicitation to include your proposed prices in the CLINs. CLIN prices should reflect required specifications included in the RFQ and SOW, along with the make and model numbers For those items that do not have a separate CLIN (i.e. shipping costs), please include those prices into the price of another CLIN and/or CLINs. Please clarify what items are included in each CLIN. If the item specifications and/or SOW requirements cannot be exclusively separated by CLIN, please explain why.



The Points of Contact for this Acquisition are:




  1. Meghan Leonard @ meghan.m.leonard.civ@us.navy.mil

  2. Jonathan Phillips @ jonathan.t.phillips3.civ@us.navy.mil


Attachments/Links
Contact Information
Contracting Office Address
  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >