Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2016 FBO #5416
SOLICITATION NOTICE

59 -- Radio Frequency (RF) Amplifiers

Notice Date
9/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-2619
 
Archive Date
10/8/2016
 
Point of Contact
Carolyn Gillman, Phone: 4018328444
 
E-Mail Address
carolyn.gillman@navy.mil
(carolyn.gillman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-16-Q-2619. This requirement being solicited Unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334220. The Small Business Size Standard is 1,250 employees. NUWC Division Newport intends to purchase the following Radio Frequency (RF) Amplifiers on a Firm Fixed basis: CLIN Amplifier Research (AR) Model # QTY 0001 (Base Year) 500A250CM6 5 125A400M3 3 100W1000CM3 3 100S1G2z5AM3 3 300T2G8M7 5 250TR7z5G18 5 Option 0002 (Year 2) 500A250CM6 3 125A400M3 3 100W1000CM3 3 100S1G2z5AM3 3 300T2G8M7 3 250TR7z5G18 3 Option 0003 (Year 3) 500A250CM6 2 125A400M3 2 100W1000CM3 2 100S1G2z5AM3 2 300T2G8M7 2 250TR7z5G18 2 Option 0004 (Year 4) 500A250CM6 3 125A400M3 3 100W1000CM3 3 100S1G2z5AM3 3 300T2G8M7 3 250TR7z5G18 3 Option 0005 (Year 5) 500A250CM6 3 125A400M3 3 100W1000CM3 3 100S1G2z5AM3 3 300T2G8M7 3 250TR7z5G18 3 Total: 90 This combined synopsis/ solicitation is in support of NUWC Code 70, Ranges, Engineering and Analysis, and is for a multiple year contract for radio frequency (RF) amplifiers in varying quantities; required for the Shipboard Electronics Systems Evaluation Facilities (SESEF) Enhanced Radio Direction Finding Test Sets (ERDFTS). This requirement constitutes a brand name only solicitation. The basis of this brand name solicitation is that the Military Communications Electronics Board (MCEB) JF12-9837/2, dated 4 April 2013 provides approval for operation of the ERDFTS and includes a list of authorized key components used to generate electromagnetic emissions within the system. The configuration cited in JF12-9837/2 must be met at all SESEF sites at all times to support testing of critical electronic warfare systems for the fleet. The only amplifier models authorized for the ERDFTS system are the AR amplifiers described in the table above. The use of any other amplifier would result in substantial duplication of costs; therefore it is in the Government's best interest to solicit this requirement on a brand name only basis. This requirement does not include EIT, or is exempt from Section 508 requirements. The period of performance (PoP) is one (1) Base year from the date of award, with four (4) additional Option years, for one (1) year periods. The total PoP for this requirement with exercised options is five (5) years. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNS number. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) ( https://www.sam.gov/portal/public/SAM/ ) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Carolyn Gillman at carolyn.gillman@navy.mil. Offers must be received by 2:00 p.m. (EST) on Friday, 23 September 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Carolyn Gillman at carolyn.gillman@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2619/listing.html)
 
Record
SN04278562-W 20160921/160919235932-bc03df1a64ec2afc3bf44c2eda0ad30a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.