Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

58 -- Heading Sensors

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N66604-17-Q-2496
 
Archive Date
7/7/2017
 
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
The purpose of this amendment is to correct the due date for the receipt of quotes to FRIDAY, 30 JUNE 2017 at 2:00p.m. The purpose of this amendment is to correct the due date for the receipt of quotes to THURSDAY, 22 JUNE 2017 at 2:00p.m. 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 N66604-17-Q-2496. This requirement being solicited Unrestricted, sole source procurement, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 employees. NUWC Division Newport intends to purchase the following Heading Sensor Assemblies on a Firm Fixed basis: CLIN TIAX, LLC P/N QUANTITY 0001 - Heading Sensor Assembly 1-00-0001 (Model 90) 40 0002 - Heading Sensor Assembly 3-00-0002 (Model 125) 10 0003 - Shipping (if separately priced) FOB Destination: Receiving Officer, Naval Station Newport 47 Chandler Street Newport, RI 02841-1716 Attn: Rich Fortgang, N66604-17-P-2496 Total 50 This combined synopsis/ solicitation is in support of NUWC Code 15, Naval Array Technical Support Center (NATSC), required for the TB-29 Thin Line Towed Array Forward Interface Modules (FIM) (TIAX P/N 1-00-0001) and the TB-34 Fat Line Towed Array FIM (TIAX P/N 3-00-0002). This requirement constitutes a sole source solicitation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Offers for other products must contain complete product information and prices. The basis of this sole source requirement is that only TIAX, LLC has made Heading Sensors that are used in both of these Towed Array modules. The Model 90 Heading Sensors are a unique item specifically designed into the TB-29A Thin Line Towed Arrays and TB-34 Fat Line Arrays. Both the TB-29A and the TB-34 have performance specifications, such as size, weight, accuracy, operating pressure, grade B shock and vibration susceptibility, which are classified. This requirement does not include EIT, or is exempt from Section 508 requirements. The period of performance (PoP) is one (1) year from the date of award; required delivery is one (1) Heading Sensor per week from date of award; offers proposing expedited delivery will be considered. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), Offeror CAGE code, and Offeror DUNS number, and shall include a validity date of no less than 30 days from due date for quotes. 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) 2005-94. 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 Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). 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 as indicated above; 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, 30 June 2017. 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/N66604-17-Q-2496/listing.html)
 
Record
SN04546031-W 20170617/170615235256-19d6c14aa2cbccaa88a9c7372561f7da (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.