*This notice has been amended*
Combined Synopsis/Solicitation
Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF)
ROTALIGN maintenance and calibration
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Procedures for Certain Commercial Items found at FAR 13.5, 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.
- PSNS & IMF, located in Bremerton, WA, is requesting proposals for ISO 17025 accredited calibration services for nine (9) ROTALIGN laser alignment tools, details of the requirement are listed in the attached Performance Work Statement (PWS).
- Solicitation number N4523A25Q1405 is a Request for Quote (RFQ).
- The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 11 June 2025, and Defense FAR Supplement (DFARS) Publication Notice 17 January 2025.
- This requirement will be solicited utilizing Full and Open competition; no set-aside is proposed.
- The associated North American Industry Classification (NAICS) code is 811210, Electronic and Precision Equipment Repair and Maintenance with a Business Size Standard of $34.0 million. The Product Service Code (PSC) is J066, Maintenance/Repair/Rebuild of Equipment – Instruments and Laboratory Equipment.
- The Government intends to award a firm-fixed purchase order.
- The contract line-item numbers (CLIN) consist of the following: the Vendor shall complete this pricing structure, section in its entirety and return with any other documentation, attachments or data as required by this solicitation. Contractor shall provide documentation, such as a previous invoice, proposal on company letterhead, contract or similar substantiate proposed pricing.
CLIN 0001 ISO 17025 accredited calibration services for ROTALIGN TOUCH (ALI50.000) laser alignment tool
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to ISO 17025 accredited calibration services for ROTALIGN TOUCH (ALI50.000) laser alignment tools as defined in the attached PWS.
Quantity: 2
Unit of Measure: Job
Unit Price: __________________
Total Price: ___________________
Location: Contractor's designated service facility
FOB: Destination
Fixed Price
CLIN 0002 ISO 17025 accredited calibration services for ROTALIGN ULTRA and ROTALIGN ULTRA IS (ALI40.000) laser alignment tool
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to ISO 17025 accredited calibration services for ROTALIGN ULTRA and ROTALIGN ULTRA IS (ALI40.000) laser alignment tools as defined in the attached PWS.
Quantity: 5
Unit of Measure: Job
Unit Price: __________________
Total Price: ___________________
Location: Contractor's designated service facility
FOB: Destination
Fixed Price
CLIN 0003 ISO 17025 accredited calibration services for ROTALIGN ULTRA IS (ALI40.000) laser alignment tool
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to ISO 17025 accredited calibration services for ROTALIGN ULTRA and ROTALIGN ULTRA IS (ALI40.000) laser alignment tools as defined in the attached PWS.
Quantity: 2
Unit of Measure: Job
Unit Price: __________________
Total Price: ___________________
Location: Contractor's designated service facility
FOB: Destination
Fixed Price
9. A full description of all requirements associated with this contract action are provided in a detailed Performance Work Statement (Attachment 1)
10. Delivery shall be FOB Destination. The delivery location information is provided in PWS.
11. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Contractor shall include delivery schedule information in their proposal.
12. Place of Performance: The work to be performed under this contract will be performed at the Contractor’s designated facility.
13. The period of performance will be: approximately 08/18/25 – 11/17/25 or 90 days from date of contract award.
14. Please submit your proposal, along with the rest of the solicitation requirements in the current solicitation, no later than 08 August 2025 by 09:00 AM Pacific Standard Time via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil. Proposals submitted after solicitation closing will not be considered.
15. Solicitation questions shall be submitted electronically via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil , no later than 05 August 2025, 12:00 PM Pacific Standard Time.
NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 08 August 2025 by 09:00 AM Pacific Standard Time.
16. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Facility is Ashley Jackson (360) 979-3423, ashley.n.jackson115.civ@us.navy.mil.
17. Vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications—Commercial items (DEC 2022), are up to date in SAM.gov. To be eligible for award, registration with the System for Award Management (SAM) must be current at the time of submitting proposals. This requirement is not waived. To register or apply please visit the SAM website at HYPERLINK “http://www.sam.gov/”. If you are not registered, you may request an application at (866) 606-8220 between the hours of 6 am – 8 pm (Eastern Time). The Contracting Officer will verify the Entity’s CAGE code prior to award, so please ensure you include it in your cover letter. Failure to obtain SAM registration will result in submissions not being considered for award.
Please provide the following information, with a copy of provisions in accordance with FAR 52.212-3 including its Alternate I, Offeror Representation and Certifications-Commercial Items.
Name of Business
Entity:
Primary Address:
DUNS No.:
CAGE Code:
Federal Tax ID:
Name of Contact:
Phone #:
Email Address:
18. Offerors are notified that initial proposals which are incomplete may be eliminated from further consideration for award. The contractor must meet all requirements of this Request for Quote. Award will be made to the proposal that is most advantageous to the Government in terms of meeting its requested delivery date and specifications, in accordance with 52.212-2, Evaluation – Commercial Items.
19. In accordance with 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services Addendum Instructions and Submittal Requirements for Each Factor, Offerors shall provide the following information with the quote:
A. An official proposal with the RFP number, Company Name and Address, point of contact, and CAGE Code on company letterhead.
B. The CLIN pricing must be completed, and all attachments must be completed and submitted.
C. Include statement specifying the extent of agreement with all terms, conditions and provisions included in the RFP. Proposals that take exception to the terms and conditions of the RFP may not be excluded from consideration. Ensure this is not in your email, but a part of your official proposal document.
*Please note this is a condensed version of the combined synopsis/solicitation and a full version with applicable provisions, clauses, and instruction are provided as an attachment*