Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

59 -- Automated Helmholtz Control System - Sole Source Justification

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
N66604-18-Q-2440
 
Point of Contact
Chelsea A. Isherwood, Phone: 4018324381
 
E-Mail Address
chelsea.isherwood@navy.mil
(chelsea.isherwood@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification 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 in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-2440. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase one Automated Helmholtz Control System APEX-CS on a Firm Fixed Price, Sole Source basis from Billingsley Aerospace and Defense, Inc. as follows: CLIN # Description Quantity 0001 Automated Helmholtz Control System -Part Number: APEX-CS -Precision Magnetic Field Calibration System 1 each F.O.B. Destination: Naval Station Newport, RI 02841. Billingsley Aerospace and Defense, Inc (Brookeville, MD, CAGE Code: 0ZNB4) is the only known source for the Automated Helmholtz Control System APEX-CS. Billingsley Aerospace and Defense, Inc is the Original Equipment Manufacturer (OEM) of the Automated Helmholtz Control System APEX-CS. Therefore, the procurement for the Automated Helmholtz Control System APEX-CS can only be obtained through Billingsley Aerospace and Defenses, Inc. This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 334519, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 500 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax also apply to this solicitation." DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If the unit cost is $5,000.00 or more, payment via Wide Area Workflow (WAWF) applies. The Government's preferred payment method is via Electronic Payment through Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Section 508 does not apply to this requirement as it does not include Electronic and Information Technology (EIT). Offerors shall include price, shipping costs, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00pm Eastern Standard Time (EST) on Tuesday 14 August, 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2440/listing.html)
 
Record
SN05024159-W 20180809/180807231302-25a34e6dc346a26a6a43368d01606170 (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.