Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

J -- SOLE SOURCE – ON SITE FIELD PROVE SERVICE FOR THE ABSORBER COMPACT RANGE IN BLDG 41 - 17Q0135_sol

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
N0016417Q0135
 
Archive Date
9/25/2017
 
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
17Q0135_sol N00164-17-Q-0135 - SOLE SOURCE - ON SITE FIELD PROVE SERVICE FOR THE ABSORBER COMPACT RANGE IN BLDG 41 - FSG J095 - NAICS 334515 ISSUE DATE 07 AUG 2017 - CLOSING DATE 11 AUG 2017- 3:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for the compact range located at NSWC Crane in Building 41 is owned and operated by Radar Technologies group. It houses a Scientific Atlanta Model 5751 parabolic reflector and standard positioning equipment for this range. The positioner is an azimuth/elevation/azimuth with a floor slide. The advertised performance of the reflector is a frequency range of 4GHz to over 18GHz, a cylindrical test zone size of four feet in diameter by four feet in length, a typical amplitude taper of 0.5dB, and phase variation of 5 degrees (10 degrees max.). The proposed test is to also determine the extended range characteristics of amplitude and phase down to 2 GHz and current performance up to 18 GHz. The foam absorber lining the walls, ceiling, and floor of the chamber along with covering other exposed equipment is essential to minimize reflections inside of the chamber and especially inside of the quiet zone. A majority of the foam is over 20 years old and has been exposed to a range of different environmental conditions. Some foam absorber in areas of the chamber has been partially deformed. This evaluation will be used as a basis to repair any faults in the chamber. SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, NSI-MI Torrance, CA., under the authority of FAR 6.302-1 Only one source will satisfy the requirement. This is being sole sourced because NSI-MI is the only company with the technical competence and experience to perform he work. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-17-Q-0135 is hereby issued as an attachment hereto. All changes to the requirement that occur prior to the closing date will be posted via FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps site 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. Offers may be e-mailed to Theresa.a.jones2@navy.mil. All required information must be received on or before 11 AUG 2017 3:00 PM EASTERN TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417Q0135/listing.html)
 
Record
SN04619134-W 20170810/170808233536-2462de64ae72bc4ba058ea0da69222e7 (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.