Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOLICITATION NOTICE

58 -- 100% Small Business Set Aside- -FEEDHORN ASSEMBLY - 17Q0039_sol

Notice Date
5/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417Q0039
 
Archive Date
7/10/2017
 
Point of Contact
Theresa Jones, Phone: 812-854-4338
 
E-Mail Address
Theresa.a.jones2@navy.mil
(Theresa.a.jones2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
17Q0039_sol N0016417Q0039 -100% Small Business Set Aside- -FEEDHORN ASSEMBLY-This procurement is for (QTY 4) feedhorn assemblies to be used in support of the SPS-48 Antenna for FMS and radar restoration efforts. The SPS-48 is the premier long range three-dimensional defense radar of the U.S. Navy and key international partners around the world. NAICS- 334511-FSC 5840 Issue Date: 09 May 2017 Closing Date: 24 May 2017 Time 3:00 P.M. EDT This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. Naval Surface Warfare Center (NSWC) Crane Division intends to solicit, negotiate, and enter into a Firm Fixed Price Commercial Supply Contract IAW FAR 13, Simplified Acquisition Procedures for the following procurement: CLIN0001 QTY 1 Lot, Contract Data Requirements List (CDRL) Test Inspection Report Reference Antenna P/N: 195787-1 Manufactured IAW Drawings, Specifications and Statement of Work (SOW). FMS Case #TW-P-GNT Taiwan Vendor must be certified in the Joint Certification Program (JCP) to access Specs and Drawing. JCP Website: http://www.dlis.dla.mil/jcp/Default.aspx Furnish all labor, materials, supplies, tools, equipment, supervision and transportation, FOB destination Crane, IN 47522 with the application of constructive acceptance IAW CNIN-G-0007. CLIN0002 QTY 3 each, FMS-Feedhorn Assembly P/N: 195787-1 Statement of Work For Reference Antenna 1.0 SCOPE This Statement of Work (SOW) establishes the requirements for the manufacture of the SPS-48E Reference Antenna. 2.0 APPLICABLE DOCUMENTS Drawing# 129493 Drawing# 195787 Drawing# 196186 Drawing# 196187 Drawing# 196188 Drawing# 196614 Drawing# 196615 Drawing# 196616 Drawing# 200785 Parts List# PL195787 Parts List# PL196188 Parts List# PL196614 Parts List# PL196615 Parts List# PL196616 Parts List# PL200785 Drawing # G350061 Welding Standard GPS43-104 Process Standard GPS70-001 Process Standard GPS70-201 3.0 REQUIREMENTS The contractor shall provide equipment, parts, and labor necessary to manufacture the Reference Antenna. 3.1 The Contractor shall manufacture the following part numbers IAW the drawings referenced in paragraph 2.0 of SOW. 3.2 The Contractor may manufacture the part numbers with Aluminum Alloy 6061 instead of Aluminum Alloy 1100. 3.3 The Contractor will not paint or stencil the parts. 3.4 Contractor shall test and ensure the item meets the following specifications: • Provide a dimensional layout with first article • Pressurize Test: With 10 inches water column air pressure inside waveguide, no bubbles shall be seen when submerged in 6 inches of water • Frequency range for test: 2900 MHz - 3100 MHz • VSWR: < 2.40:1 • GAIN: 6 dB MIN • Provide both VSWR and GAIN plots stating each asset meets these requirements 3.5 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) - ALTERNATE I (JAN 1997) (a) The Contractor shall deliver 1 unit(s) of this lot within 60 calendar days from the date of this contract to the Government at NSWC Crane 300 Highway 361 Crane, IN 47522 for first article tests. The shipping documentation shall contain a contract number (TBD) and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified in paragraph 2.0 of this contract. (b) Within 15 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the 14 days specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (j) The Contractor shall produce both the first article and the production quantity at the same facility. 3.6 CONTRACTOR CONFORMANCE Contractor shall provide documentation that the parts are in full compliance with the drawing and the specifications in 3.4 of this SOW, other than the exception in 3.2 and 3.3 of this SOW. (CDRL A001). 4.0 GOVERNMENT FURNISHED MATERIAL 4.1 The Government shall furnish, upon request, the applicable documents referenced in paragraph 2.0 of the SOW. 5.0 OTHER CONSIDERATIONS 5.1 Technical Point of Contact is Tyler Bratton, Code WXPT, 812-482-5867 Inspection and Acceptance is to be at destination with deliver F.O.B. Destination: NSWC Crane, IN 47522-5001. To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov All changes to the requirement that occur prior to the closing date will be posted in FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in the format specified in the solicitation. It is the responsibility of the offeror to submit offers to the POC at NSWC Crane. The POC is Ms. Theresa Jones, Code 0253, Telephone 812-854-4338. Offers may be emailed to Theresa.a.jones2@navy.mil. All required information must be received on or before 24 May 2017. Time 3:00 P.M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417Q0039/listing.html)
 
Record
SN04501844-W 20170511/170509235539-4683fbd6c9b115d41347bc0167d2d131 (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.