Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SPECIAL NOTICE

61 -- MK15 UIS Molded Cables

Notice Date
5/14/2020 10:39:11 AM
 
Notice Type
Special Notice
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420Q0063
 
Response Due
5/18/2020 5:30:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
CHRISTINA E SIMPSON, Phone: 3017446627
 
E-Mail Address
CHRISTINA.E.SIMPSON@NAVY.MIL
(CHRISTINA.E.SIMPSON@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) intends to award a firm fixed-price sole source procurement with POWERTECH 850 Clark Drive, Mount Olive, New Jersey 07828 to provide: First Article: -First Article - EOD STP201 CAD Qty 1 Delivery 56 ADO -First Article - DHU MCB Molded Cable Qty 5 Delivery 70 ADO -First Article - BCN MCB Molded Cable Qty 10 Delivery 70 ADO -First Article - BCN CBMF Molding Fixtures Set Qty 1 Delivery 112 ADO -First Article - DHU CBMF Molding Fixture Set Qty 1 Delivery 112 ADO -First Article - DHU MCB Molded Cables for DHU Qty 62 Delivery 112 ADO -First Article - MCB Molded Cables Qty 123 Delivery 112 ADO Statement of Work for MK 15 UIS molded cables Scope The scope of this effort is to procure parts and technical drawings in support of the MK 15 MOD 1 Underwater Imaging System (UIS).� As part of the MK 15 MOD 1 UIS Sustainment effort, the Underwater Explosive Ordnance Disposal (UW EOD) Program has identified the need for procurement support on the MK 15 UIS Li-ion Battery Charger. This statement of work defines the effort required for the procurement of items.�� Requirements The Contractor shall provide all items and quantities specified in Table 1 below.� �The Contractor shall ensure that the correct quantity is shipped for each item number. Table 1. List of Procurement Items � � � (A table will be provided to vendor) Line Item No. Description Unit of Issue Quantity First Article Delivery 101 Molded Cables for DHU, 16.8V Each 5 102 Molded Cables for� Beacon, 8.4V Each 10 107 CAD step files for the molding fixtures (both DHU & Beacon) N/A N/A Final Delivery 103 Molded Cables for DHU, 16.8V Each 62 104 Molded Cables for� Beacon, 8.4V Each 123 105 Molding fixture set, Beacon, 8.4V Each 1 106 Molding fixture set, DHU, 16.8V Each 1 Delivery The Government will conduct an inspection on all shipments to ensure that the correct items and quantities were delivered and are not damaged. The Contractor shall deliver Computer-Aided Design (CAD) step files within 8 weeks after receipt order (ARO) IAW CDRL (A001).� Five (5) molded cables for DHU, 16.8V and ten (10) molded cables for Beacon, 8.4V will be first article delivery to NSWC IHEODTD within ten (10) weeks after ARO.� The Government has three (3) days from delivery of first article to complete Quality Assurance (QA) Inspection and notify the Contractor of any failed items.� Prior to full rate production (FRP), the Government will notify the contractor of a �Go / No-Go� FRP decision to fulfill the remaining order. After a successful QA Inspection, the contractor shall fulfill and deliver the remaining order of one hundred twenty-three (123) molded cables for Beacon, 8.4V and sixty-two (62) molded cables for DHU, 16.8V to NSWC IHEODTD within 16 weeks ARO. In addition, one (1) molding fixture set, DHU 16.8V and one (1) molding fixture set, Beacon 8.4V shall be delivered to NSWC IHEODTD within sixteen (16) weeks after ARO. The Government has thirty (30) business days from final delivery of the remaining items to complete the QA Inspection prior to the Contractor submitting an invoice. If any items fail shipping or QA inspection, the Government will notify the contractor within three (3) business days of the failed inspection.� See Government Acceptance for more details. �The parts shall be shipped to: U.S. NAVY DEPT NSWC IHEODTD (N42794) 2008 Stump Neck Rd Bldg. 2195 Indian Head, MD 20640 Attn:� Keith L. Holland (Code D21) (301) 744-5720 Government Acceptance The Government shall perform an inspection on the shipment to ensure that the correct items and quantities were delivered and are not damaged. The Government shall perform QA Inspection of first article after ARO and final delivery of all items after FRP.��� The associated North American Industry Classification System (NAICS) code is 541611, Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.� � The circumstances permitting Other Than Full and Open Competition is Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy Agency requirements.""� The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available.� This notice of intent is not a request for competitive quotes; however, all information received by 5/18/2020 will be considered by the Government for the next requirement.� If quotes are received for this requirement, it will be considered in for the next requirement.� A determination by the Government not to compete this proposed contract action based upon the responses received from this notice is solely within the discretion of the Government. Clauses: 52.204-2; 52.204-3; 52.204-7; 52.204-13; 52.204-19; 52.207-4; 52.209-3; 52.209-4; 52.209-10; 52;211-17; 52.209-4; 52.213-4; 52.213-4; 52.219-1; 52.219-6; 52.219-28; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-2; 52.225-1; 52.225-3 Alt I; 52.225-13; 52.225-18; 52.232-1; 52.232-8; 52.232-33; 52.232-36; 52.232-39; 52.232-40; 52.233-1; 52.233-3; 52.233-4; 52.242-17; 52.243-1; 52.247-1; 52.247-34; 52.249-1; 52.249-4; 52.252-1; 52.252-2; 252.203-7003; 252.203-7002; 252.203-7005; 252.204-7003; 252.204-7008; 252.204-7009; 252.204-7012; 252.204-7015; 252.225-7001; 252.225-7048; 252.232-7003; 252.232-7010; 252.243-7001; 252.244-7000; 252.247-7023; 52.204-24; 52.204-25 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44f17e9dbe7241a0b6d53b2a109d9f59/view)
 
Place of Performance
Address: NJ 07828, USA
Zip Code: 07828
Country: USA
 
Record
SN05657302-F 20200516/200514230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.