PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
RFQ # N6660425Q0300
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 333992 Welding and Soldering Equipment Manufacturing. The Small Business Size Standard is 1,250 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the below item BRAND NAME or EQUAL TO items in accordance with the minimum specifications listed in the description in the table below.
For the purposes of quoting to this opportunity, the Contract Line-Item Number (CLIN) structure is identified below:
CLIN 0001
Brand Name/Part Number: MSE Pro 800W Ultrasonic welding machine compatible with glove box. P/N: BR0331
Minimum Requirements:
Ultrasonic Welding Machine, compatible with glove box, using inert gas environment with the following minimum requirements:
- Safe for use under Argon atmosphere
- Safe for use under Nitrogen atmosphere
- Safe for welding the following metal combinations
- Nickel on Copper
- Nickel on Aluminum
- Aluminum on Aluminum
- Copper on Copper
- Compatible with Aluminum foil of 0.012-0.018mm within 20 layers
- Compatible with Copper foil of 0.012-0.018mm within 20 layers
- Digital interface for improved accuracy and power control
- 40 kHz frequency
- Gas pressure: 0.4-0.6 MPa
- Weld time: within 0.2s
- Weld area: 16mm2 (4mm x 4mm)
- Weld point: single
- Weld head: lifetime of 1.5 million uses
- Welding tensile strength: >25 N
Total Quantity 1
Contractor shall include shipping charges in unit prices. There will not be a separate line for shipping.
Quotes shall be made valid for 60 days after the closing date of this solicitation.
Required delivery made under this contract shall be F.O.B. Destination, Naval Station Newport, RI.
Delivery Date: on or before July 26, 2025
Award will be made on Lowest Price Technically Acceptable basis. In order to be considered technically acceptable, the Offeror must:
- Contractors must quote brand name or equal to items per the Government’s minimum specifications listed in the CLIN structure above; in the required quantities; and include the manufacturer’s specification sheet.
- Delivery shall not exceed July 26, 2025.
- The Government will also consider Past Performance information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
Additional terms and conditions:
- Contractor MUST have an active registration in SAM at the time of quote submission. Registration information can be found at www.sam.gov.
- In accordance with DFARS clause 252.211.7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000 or more.
- The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
- Quote must include RFQ#, company name, complete company address, CAGE code, UEI number, company point of contact, telephone number, and e-mail address.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
The following FAR clauses and provisions apply to this solicitation:
- FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018);
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020);
- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020);
- FAR 52.212-1 Instructions to Offerors--Commercial Item;
- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1;
- FAR 52.212-4 Contract Terms and Conditions--Commercial Items;
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders- Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:
- FAR 52.240-1 Prohibition of Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities;
Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far.
The following DFARS clauses and provisions apply to this solicitation:
- 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;
- 252.204-7003 Control Of Government Personnel Work Product;
- 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;
- 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information;
-252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, (DEVIATION 2024-O0013;
- 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support;
- 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation;
- 252.211-7003 Item Identification and Valuation;
- 252.232-7010 Levies on Contract Payments;
- 252.243-7001 Pricing Of Contract Modifications;
- 252.244-7000 Subcontracts for Commercial Products or Commercial Services;
- 252.246-7008 Sources of Electronic Parts;
- 252.247-7023 Transportation of Supplies by Sea
Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before 27 March 2025 at 2:00pm Eastern Time (ET). Quotes received after this date are late and may not be considered for award. The Government contractual point of contact for this requirement is Amy.K.Prisco.civ@US.NAVY.mil