SEE ATTACHED RFQ DOCUMENT FOR FULL INFORMATION NEEDED TO QUOTE
Amendment 0001 - This solicitation is being amended to post questions and answers from industry, make a change to Section L, and add attchment 8 - CDRLs.
Q1: How many overtime (OT) hours have been used historically?
A1: 20 onsite for the last 3 years at AUTEC (not including travel on Sunday and Saturday)
Q2: Have all 640 hours been utilized?
A2: No
Q3: How much travel has occurred historically?
A3: 6 trips in 3 years
Q4: What were the travel locations?
A4: AUTEC Andros Island, Bahamas
Q5: What was the typical duration of travel?
A5: One week per trip but could be up to 2 weeks
Q6: How many individuals traveled?
A6: One accompanied by a Government person
Q7: Which labor categories/levels were involved?
A7: Engineering Tech V
Q8: CLIN 0004: NSP Items What does this amount represent?
A8: The quantity and unit of issue “1 lot” represents all data deliverables required by the CDRLs for the duration of the contract.
Q9: Does the page limitation for Factor 3 include both the Pricing Table and the detailed cost buildup for CLIN 0001?
A9: Section L has been updated to clarify. Change has been highlighted in yellow in the document.
Q10: Is the majority of work performed at NUWC Newport?
A10: Yes
Q11: Are all employees located in RI?
A11: Yes.
Q12: Is travel required to AUTEC locations? If so, what are these locations?
A12: Yes, Andros Island, Bahamas
Q13: How often are Contract Data Requirements List (CRDLs) required?
A13: See Attachment 8 CDRLs
Q14: Is all work performed at the Government’s facility?
A14: Yes
Q15: How many times per month will a contractor vehicle be required? The SOW notes this is a regular and recurring event.
A15: Daily
This is a combined synopsis/solicitation for commercial products or commercial services 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. This synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2025-03, effective 01/17/2025.
RFQ Number is N66604-25-Q-0047.
This requirement is being competed as an 8(a) set-aside. The NAICS Code for this requirement is 811210 (Electronic and Precision Equipment Repair and Maintenance) and the small business size standard is $34M.
NUWCDIVNPT intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) Purchase Order for metrology and calibration services in accordance with the Statement of Work, Attachment 1. The Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001 Firm Fixed Price – Qty: 1 Lot Description: Material Coordination, Calibration, and Repair Services in accordance with the Statement of Work, Tasks 4.1- 4.5, Attachment 1
CLIN 0002 Time and Materials – Qty Number of hours per pricing table below Description: Material Coordination, Calibration, and Repair Services in accordance with the Statement of Work, Task 4.5, Attachment 1.
CLIN 0003 Firm Fixed Price Not to Exceed – Qty 1 Job Description: Travel costs associated with performance of SOW task 4.5.
CLIN 0004 – Qty 1 Lot Description: Data in accordance with Exhibit A, Contract Data Requirements List (CDRL), DD Form 1423-2; Not separately priced (NSP)
Places of Performance: NUWCDIVNPT Newport, RI and the Atlantic Undersea Test and Evaluation Center (AUTEC)
Period of Performance: 14 June 2025 – 13 June 2030