SOLICITATION NOTICE
59 -- SOLE SOURCE - FLARED BASE GROUP
- Notice Date
- 6/1/2023 7:24:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660423Q0496
- Response Due
- 6/7/2023 8:00:00 AM
- Archive Date
- 06/22/2023
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660423Q0496. This requirement is being solicited on a Sole Source basis to G.S.E. Dynamics. The North American Industry Classification System (NAICS) code is 334511. The Small Business Size Standard is 1,250 Employees.� The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.�� NUWCDIVNPT intends to purchase, on a Firm Fixed Price (FFP), purchase of Radomes in support of Flared Base Group (FBG) antenna assemblies.� �Required delivery is F.O.B. Destination, Newport, RI� 02841-1708. Item Description Part # Qty Radome FBG Rev 06829011 5 Radome DF FBG Rev 06829021 12 In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above.� Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� The following clauses and provisions apply to this solicitation: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) -���������� FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services -���������� FAR 52.212-2, Evaluation � Commercial Items; -���������� FAR 52.212-3, Offeror Representations and Certifications � Commercial Items; -���������� FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 -���������� FAR 52.212-4, Contract Terms and Conditions--Commercial Items; -���������� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the --52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)� -- 52.219-28, Post Award Small Business Program Representation (Sep 2021);� -- 52.222-3, Convict Labor (June 2003);� -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);� -- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)� -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);� -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);� -- 52.222-50, Combating Trafficking in Persons (Nov 2021);� -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);� -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).� 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,� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.� Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause.�� Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).�� This solicitation requires an active 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.� The Government intends to award on a Sole Source basis.� This notice of intent is not a request for proposals or quotations; however, any challenges to this sole source must be received in writing and sent to jennifer.m.vatousiou.civ@us.navy.mil to be considered by the Government for the purpose of determining whether or not to compete the requirement.� Challenges must include information sufficient to enable the Government to make a determination that an equivalent service exists which would meet the Government's needs as stated herein.� A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. NUWCDIVNPT Code 34 is designated as the Acquisition Engineering Agent (AEA) and Designated Overhaul Point (DOP) for the FBG antenna assembly, per the Participating Acquisition Resource Manager (PARM), Submarine Electromagnetics Systems Program Office (PMS435). �As the AEA and DOP, NUWCDIVNPT Code 34 manages the acquisition and repair facility capable of fabrication and returning FBG antenna assemblies to Ready for Issue (RFI) condition for the Fleet. In order to meet Fleet demands, the NUWCDIVNPT Code 34 AEA and DOP requires long lead Radomes to support production and repairs of FBG antenna assemblies.� The Radomes are a critical part of the FBG antenna assembly, installed onto the Imaging Mast and must perform in various outboard at-sea environments that include underwater explosion, high/low temperature, vibration, inclination, and electro-magnetic interference. GSE Dynamics was selected by the Naval Undersea Warfare Center, Division Newport, as qualified provider capable of producing the Radomes, which meet all the requisite functional and performance parameters of the FBG antenna assembly.� The Radomes are fully integrated into the FBG antenna assembly design and other ancillary system components that have been tailored to operate with the GSE Dynamics Radomes, ensuring all functional and performance requirements are met. The Radomes are highly complex composite structures requiring highly specialized manufacturing processes to ensure the functional and performance requirements are achieved.� GSE Dynamics is the only source certified by NUWCDIVNPT to meet all the FBG antenna assembly and Imaging Mast Specification requirements. �GSE Dynamics currently possesses the unique knowledge, expertise, and manufacturing facilities required to produce and deliver the Radomes for the FBG antenna assemblies. In order to develop and certify a second source of supply for the Radomes, the PARM (PMS435) would have to certify a prospective design to ensure all the functional, performance, and environmental requirements of the FBG antenna assembly are satisfied.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fc3cc21cd5146f09f0fe9f85c77555b/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06701652-F 20230603/230601230116 (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 |