Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
MODIFICATION

58 -- REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6

Notice Date
3/13/2023 9:48:28 AM
 
Notice Type
Solicitation
 
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
N0016423RWM36
 
Response Due
5/9/2023 12:00:00 PM
 
Archive Date
06/23/2023
 
Point of Contact
Lynn Masterson-Brinegar, Phone: 8123817224
 
E-Mail Address
lynn.masterson-brine@navy.mil
(lynn.masterson-brine@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N00164-23-R-WM36 � REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6 SYSTEM FSC 5865�NAICS 334511 Anticipated Issue Date: 3 APRIL 2023 � Closing Date: 09 MAY 2023 � 3:00 PM EST Amendment 0001 � This amendment is being issued to provide industry a copy of the draft solicitation and draft technical data package. The draft Contract Data Requirements (CDRL) package is provided. Further additions/updates are anticipated prior to the Request for Proposal release. This amendment is also updating the anticipated issue date. Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the redesign of the AN/SLA-10D blanker-video mixer MX-10042B/SLA-10D and the control-indicator C-10569B/SLA-10D in accordance with Performance Specification NSC-Q32-WXM-2011-002 Rev B and Statement of Work (SOW) for the SEWIP AN/SLQ-32(V) 6 system. The requirement includes production of, shop replaceable assemblies for and repairs of the pretrigger converter and blanking unit (PCAB). Shop replaceable assemblies include: power supply, display, computer, keypad, I/O-1, I/O-2, field programmable gate array and the main printed circuit board assemblies. The requirement is build to print per the Government owned technical package of which, some PCAB parts have become obsolete resulting in the requirement of the redesign. The Performance Specification, drawings and other documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) in order to receive the solicitation attachments. The Navy intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ) contract with a five-year ordering period. Anticipated IDIQ quantities are a minimum of One (1) first article of the redesigned PCAB unit and a maximum of 130 production units, over the life of the contract. Unit of issue is each. First article testing and approval will be required. Inspection and acceptance will performed by a Government representative at FOB destination (Crane, IN 47522). FOB destination delivery will be 180 days after receipt of the delivery order. The PCAB and its SRAs are subject to FAR 52.225-5, World Trade Organization Government Procurement Agreement and Free Trade Agreements. The Navy intends to solicit this contract as a small business set-aside IAW FAR 19.502. The solicitation will be made available posted on sam.gov via the Procurement Integrated Enterprise Environment (PIEE). All changes that that occur to this action prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE solicitation Module. For within scope changes made after the closing date, only those offerors that provided a proposal will be provided any change/amendment and considered for future discussion and /or award. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirement by calling 1-866-606-8220 for via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logidsticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachment will be posted at the same time the solicitation is posted. Questions or inquiries should be directed to Ms. Lynn Masterson-Brinegar, code 0243, telephone 812-381-7224, email: lynn.masterson-brine@navy.mil. Reference the above solicitation number when responding to this notice. The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in PIEE. Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. Choose Vendor Access Instructions. Further training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3d00bf886a98418bb7fbf9e255c89d98/view)
 
Record
SN06615731-F 20230315/230313230105 (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.