Nationnaly Recoginized Testing Laborities (NRTL) Field Inspection Services

SOL #: N4523A19Q1304Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

BREMERTON, WA

NAICS

Testing Laboratories and Services (541380)

PSC

Quality Control, Test, Inspection (H)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2019
2
Last Updated
Apr 30, 2019
3
Response Deadline
May 1, 2019, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # N4523A19A1300 is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 20 DEC 2018. 

This is requirement is unrestricted encouraging full and open competition. 

The North American Industry Classification System (NAICS) code for this work is 541380 (Quality control, testing, and inspection services), with a Small Business Size Standard of $15M, the Product Service Code (PSC) is H999 (OTHER QC/TEST/INSPECT - MISCELLANEOUS).

The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) has a requirement for a blanket purchase agreement (BPA) for various Nationally Recognized Teting Laboratory field service certifications. A full description of all requirements associated with this blanket purchase agreement is provided in a detailed Statement of Work in the solicitation.

A listing of line item numbers, quantities and units of measure are provided in the attached Binding Price
Schedules (C11.0 "Exhibit A Pricing Schedule").

The desired Period of Performance is as follows: 05/03/2019 - 05/03/2024 (5 years)

Offers shall include completed copies of the following attachments:

"N4523A19A1300" Solicitation
C11.0 "Exhibit A Pricing Schedule" Spreadsheet
C11.0 "Seed Order" Spreadsheet

Failure to provide the above documentation completed in entirety showing conformance with the minimum salient characteristics in the Performance Work Statement (Inside
attachment N4523A19A1300) may be deemed to fail the evaluation.

All responsible sources may submit a quote which shall be considered by the agency. Quotes must be submitted via email to Mr. Scott Kearsley by 09:00 a.m. Pacific Standard Time on 01 MAY, 2019. Late quotes may
not be considered.

All questions concerning this solicitation shall be addressed to Mr. Scott Kearsley (scott.kearsley@navy.mil) AND Mr. Nickson Hatungimana (nickson.hatungimana@navy.lmil)


People

Points of Contact

Scott KearsleyContract SpecialistPRIMARY
Daniel J. EllisContract OfficerSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Pre-Solicitation
Posted: Apr 30, 2019
View
Version 2
Pre-Solicitation
Posted: Apr 29, 2019
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 1, 2019