SOLICITATION NOTICE
66 -- RESISTANCE STANDARDS
- Notice Date
- 3/26/2014
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-14-R-0116
- Point of Contact
- Alice L Tornquist, Phone: 732-323-4316, Maria Wells, Phone: 732-323-4667
- E-Mail Address
-
alice.tornquist@navy.mil, maria.wells@navy.mil
(alice.tornquist@navy.mil, maria.wells@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division Lakehurst NJ intends to enter into negotiations on a non-competitive basis with IET Labs, Inc., Roslyn Heights NY for the procurement of the following calibration resistance standards up to the quantity specified for each: 1433-29 Resistance Standard (qty 250), SR1050-10M Resistance Standard (qty 85), SR1050-1M Resistance Standard (qty 85), SR1010-100K Resistance Standard (qty 10), SR1010-1K Resistance Standard (qty 10), SR1010TLC Resistance Standard (qty 10), SR1-0.1 Resistance Standard (qty 65), SRX1-100KN Resistance Standard (qty 40), SRX1-100N Resistance Standard (qty 40), SRX1-10KN Resistance Standard (qty 40), SRX1-1KN Resistance Standard (qty 40), SRX1-1MN Resistance Standard (qty 40), SRX1-1N Resistance Standard (qty 40), and SRX1-10 Resistance Standard (qty 40). These resistance standards are being procured to support the NAVAIR METCAL program at calibration labs, both land-based and shipboard. Technical data rights are held by IET and the data cannot be procured by the US Government or any other entity. The time for an independent development effort for alternate equipment from other than IET would take in excess of three years, which would result in a backlog of calibration workload and impact fleet readiness. Furthermore, development of alternative equipment would not be cost effective. A five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated. The Government intends to procure this equipment under the authority of 10 USC 2304 (c) (1) as implemented by the Federal Acquisition Regulations (FAR) Section 6.302-1. All responsible sources may submit a response which may be considered by the Government in determining whether to conduct a competitive procurement. THIS IS NOT A REQUEST FOR PROPOSALS. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0116/listing.html)
- Record
- SN03320679-W 20140328/140326234753-c397c0e882ea9b17d618bf8f85844819 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |