Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2021 SAM #7251
SOLICITATION NOTICE

J -- SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651

Notice Date
10/6/2021 8:13:26 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016422RWP86
 
Response Due
11/8/2021 11:00:00 AM
 
Archive Date
12/23/2021
 
Point of Contact
Logan Wagler, Phone: 8128541061
 
E-Mail Address
logan.d.wagler.civ@us.navy.mil
(logan.d.wagler.civ@us.navy.mil)
 
Description
N0016422RWP86 � SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651 � PSC � J020/5977 - NAICS 334511 Issue date 06OCT2021 - Closing date 08NOV2021 at 02:00 PM EST (EDT) Naval Surface Warfare Center (NSWC) Crane Division intends to solicit and award a single Firm-Fixed Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to MOOG, Inc, (CAGE: 4H618�) for manufacture and overhaul of this item. This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, MOOG, Inc, 1995 NC-141, Murphy, NC 28906, under the authority of FAR 6.302-1. This is being sole sourced because of the anticipated substantial duplicative costs to the Government to qualify another manufacturer�s product for shipboard use, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. MOOG, Inc. owns the proprietary data rights for manufacture and overhaul processes associated with the subassembly identified above and is considered the only responsible source possessing sufficient requisite knowledge, engineering expertise, and technical data to manufacture the subassemblies items and perform necessary overhauls. 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. The Government will not post the request for proposal on the Government Point of Entry. The request for proposal will be sent directly to MOOG, Inc. Interested parties may contact the POC at the end of this synopsis to obtain the request for proposal. The estimated contract maximum is $4.5M. The Contract duration is estimated at five years. Delivery terms are F.O.B Destination, Inspection and Acceptance Destination. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423's. 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 1-866-606-8220 or via the internet at https://www.sam.gov. Contractors must be properly registered in the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at� https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. 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.� Questions or inquiries should be directed to Mr. Logan Wagler, Code 0241, e-mail logan.d.wagler.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e5e594f490e346b690c1c161628c696a/view)
 
Record
SN06152289-F 20211008/211006230118 (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.