Connecticut Bids > Bid Detail

Purchase of Damage Control Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159871243769657
Posted Date: Jul 20, 2023
Due Date: Aug 3, 2023
Solicitation No: N6278923Q0020
Source: https://sam.gov/opp/d1af1437d5...
Follow
Purchase of Damage Control Equipment
Active
Contract Opportunity
Notice ID
N6278923Q0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING GROTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 20, 2023 12:47 pm EDT
  • Original Date Offers Due: Aug 03, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 314999 - All Other Miscellaneous Textile Product Mills
  • Place of Performance:
    Groton , CT 06340
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



Solicitation Number N62789-23-Q-0020 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2022-03 with an effective date of 30 December 2021.



This is a 100% small business set-aside. NAICS Code: 314999, size standard: 550.



CLIN 0001: The Contractor shall provide Twenty-one (21) EPIC 3 Voice Amplifier identified as part number 201275-01. Please provide price per unit and total price.



CLIN 0002: The Contractor shall provide Twenty-one (21) EIPC Bracket/AV3000, Service Kit identified as part 200715-01. Please provide price per unit and total price.



CLIN 0003: Contractor shall provide Twenty-one (21) SuperPass 5 –Stand Alone Audio Pass, NFPA Compliant – Intrinsically Safe standalone PASS, 30 second motion and temperature sensing – auto on activation identified as part number SP5-H-A manufactured by Grace Industries, Inc. Please provide price per unit and total price.



CLIN 0004: The Contractor shall provide one (1) S5T5DLC-1 Custom Grace USB Data Download Cable, identified as part

number S5T5SLC-1, manufactured by Grace Industries, Inc. Please provide price per unit and total price.



CLIN 0005: The Contractor shall provide eight (8) pairs of Fireman’s Boots, Size 8, identified as part number A-A-50371B-8 or equivalent. Please provide price per unit and total price.



CLIN 0006: The Contractor shall provide eight (8) pairs of Fireman’s Boots, Size 9, identified as part number A-A-50371B-9 or equivalent. Please provide price per unit and total price.



CLIN 0007: The Contractor shall provide eight (8) pairs of Fireman’s Boots, Size 10, identified as part number A-A-50371B-10 or equivalent. Please provide price per unit and total price.



CLIN 0008: The Contractor shall provide eight (8) pairs of Fireman’s Boots, Size 11, identified as part number A-A-50371B-11 or equivalent. Please provide price per unit and total price.



CLIN 0009: The Contractor shall provide eight (8) pairs of Fireman’s Boots, Size 12, identified as part number A-A-50371B-12 or equivalent. Please provide price per unit and total price.



The Contractor shall Deliver/Ship to (FOB Destination). Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST. Please provide a quote for total shipping costs. This will be listed as it's own CLIN when awarded.



Delivery location is as follows:

Naval Submarine Base New London

Groton, CT 06349-5000

M/F: Jim Crudden Phone: 860-694-2424



The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.



Proposals are due prior to 5:00PM EST, 03 August 2023. Late submissions will not be accepted.



Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: nicole.m.eygnor.civ@us.navy.mil and stephanie.l.neale.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.



The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf.



The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.



Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.


Attachments/Links
Contact Information
Contracting Office Address
  • CONVERSION AND REPAIR USN 73 EASTERN POINT RD
  • GROTON , CT 06340-4990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 20, 2023 12:47 pm EDTCombined Synopsis/Solicitation (Original)

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 >